Loading...
HomeMy Public PortalAbout22-039 - accepting the proposal of Diamanti for demolition at 2495 Ali-baba AveSponsored By: Interim City Manager RESOLUTION NO. 22-039 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. FOR THE DEMOLITION OF THE STRUCTURE AT 2495 ALI-BABA AVENUE, WITHIN THE CITY, PURSUANT TO RFP NO. 22-0823200 AND FURTHER AUTHORIZING THE INTERIM CITY MANAGER TO ENTER INTO AN AGREEMENT WITH DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. FOR SAME, IN AN AMOUNT NOT TO EXCEED TWO HUNDRED NINETY FIVE THOUSAND DOLLARS ($295,000.00); PROVIDING FOR ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on July 19, 2022, the City of Opa-Locka ("City") published Request for Proposals (RFP) 22-0823200 for the Demolition of the Structure at 2495 Ali -Baba Avenue, within the City; and WHEREAS, three (3) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on August 30, 2022; and WHEREAS, the Evaluation Committee reviewed the proposals and subsequently selected Diamanti Construction & Development, Inc. ("Diamanti") as the most responsive responsible bidder; and WHEREAS, the City Commission finds that acceptance of Diamanti Construction & Development, Inc.'s proposal for Demolition of the Structure at 2495 Ali -Baba Avenue and entering into an agreement with said company is in the best interest of the City of Opa-Locka and its residents. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA: SECTION 1. The recitals to the preamble herein are incorporated by reference. SECTION 2. The City Commission of the City of Opa-Locka, Florida hereby accepts the proposal of Diamanti Construction & Development, Inc. relating to Request for Proposals (RFP) 22-0823200, for the Demolition of the Structure at 2495 Ali -Baba Avenue, within the City, and authorizes the City Manager to enter into an agreement for same, attached hereto as Exhibit "A", in an amount not to exceed Two Hundred Ninety -Five Thousand Dollars ($295,000.00). SECTION 3. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager following review by the City Attorney and without need of public hearing, by filing a corrected copy of same with the City. Resolution No. 22-039 SECTION 4. This Resolution shall take effect upon adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 5th day of October, 2022. TTEST: o nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: dein. r ro/f Burnadette Norri -Weeks, P.A. City Attorney Moved by: Vice Mayor Taylor Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES Veronica J. Wil lams, yor 2 City of Opa-locka Agenda Cover Memo Department Director: Department Director Signature: CM Signature: 0 " � C� City Manager: Darvin Williams Commission Meeting Date: 09.28.2022 Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2" Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Public Safety Quality of Education Qual. of Life & City Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X 0 Dev • 0 MI Image MI Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to accept the proposal of Diamanti Construction & Development, Inc. for Demolition of the Structure at 2495 Ali -Baba Avenue pursuant to RFP No. 22-0823200 and further authorizing the City Manager to enter into an agreement with Diamanti Construction & Development for the demolition of this structure. Staff Summary: Request for Proposals (RFP) 22-0823200 was published on July 19, 2022 for Demolition of the Structure at 2495 Ali Baba Avenue. Three (3) companies submitted proposals/documents which were certified by the City Clerk on August 30, 2022. The Evaluation Committee reviewed the proposals and subsequently selected Diamanti Construction & Development, Inc. as the most responsive responsible bidder. The proposals are listed in order from highest to lowest ranking based on Evaluation Committee scoring. (1st) Diamanti Construction & Development, Inc. was ranked first. The company was incorporated in 2016 and has an extensive experience in demolition activity involving commercial buildings, government buildings, gas stations, and residential buildings. (2nd) Chin Diesel, Inc. was ranked second. The company has been in business for over 20 years; however, they were not able to provide a list of completed projects. (3rd) American Builders Masters Corp. was ranked third. The company have been in business for eleven years; however, they did not provide the information required in the RFP Solicitation. Financial Impact: The FY 22 Annual Budget includes $1,125,000 for demolition of the former Police Station and relocation of the current Police Station from the third floor to the first floor of 780 Fisherman Street, funded by a State grant. The portion of this grant not expended in FY 22, including the demolition of the former Police Station, will be rolled over into FY 23 for completion of both portions of this project. This project is budgeted in the Safe Neighborhood CIP Account 44-541839. Proposed Action: Staff recommends the City Commission approve the recommendation for Diamanti Construction & Development, Inc. based on the Selection Committee review, scoring and ranking, and authorize the Interim City Manager to enter into an agreement with said company to demolish the former Police Station at 2495 Ali Baba Avenue for an amount not to be exceeded of $295,000. Attachment: RFP No. 22-0823200 Bid Certification Committee Evaluation Forms Bid Proposals CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSALS RFP NO. 22-0823200 DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVE I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that sealed proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 2:09 p.m. this 30th day of August, 2022. PROPOSAL(S) RECEIVED NAME/ADDRESS LUMP SUM PRICE 1. Chin Diesel, Inc. 1820 NE 144th Street Miami, FL 33181 Contact: Leon Chin -You, President PH: 786.229.3336 Email: leon(chindies el. corn 2. American Builders Masters Corp. 9470 SW 10th Street Miami, FL 33174 Contact: Jose Benitez, President PH: 786.439.8048 Email: 'ose ,americ:an.baaildersmasteis,eo a $ 120,717.45 $ 226,000.00 3. Diamanti Construction & Development, Inc. $ 295,000.00 524 N H Street Lake Worth Beach, FL 33460 Contact: Mohammed S. Islam, President PH: 561.301.7191 Email: diamanticonstructionfWgmail.com Please note that the proposal from Chin Diesel, Inc. was submitted via Demand Star (e -bid) and in person. 1 further certify that sealed proposal(s) were submitted and properly opened in the presence of the following: s -Q -.),- Sha'mecca Lawson Assistant City Manager City of Opa-locka anna Flores, CMC ity Clerk City of Opa-locka EVALUATION MATRIX RFP No. 22-0823200 DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE Firm Name: Evaluation Criterion Chin Diesel, Inc. Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and approach 30% Price Proposal 35% Total 100% Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and approach 30% Price Proposal 35% Total 100% Atria Austin Rating Score 1 0.25 4 0.40 2 0.60 1 0.35 1.60 Solomon Rating Bankole Score 2 0.50 2 0.20 2 0.60 2 0.70 2.00 Corion Rating DeLaine Score 1 0.25 2 0.20 1 0.30 1 0.35 1.10 American Builders Masters Corp. Airia Austin Rating Score 3 0.75 0 0.00 0 0.00 1 0.35 1.10 Solomon Rating Bankole Score 2 0.50 2 0.20 2 0.60 3 1.05 2.35 Corion Rating DeLeine Score 1 0.25 0 0.00 0 0.00 0 0.00 0.25 Gregory Gay Rating Score 4 1.00 3 0.30 3 0.90 2 0.70 2.90 Gregory Gay Rating Score 0 0.00 0 0.00 0 0.00 0 0.00 0.00 Carlos Rating Gonzalez Score 3 0.75 3 0.30 3 0.90 2 0.70 2.65 Carlos Rating Gonzalez Score 3 0.75 2 0.20 2 0.60 3 1.05 2.60 EVALUATION MATRIX RFP No. 22-0823200 DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE Firm Name: Evaluation Criterion Diamanti Construction & Develoment, Inc. Reviewer Name: Weight Experience and Qualifications 25% References 10% Resources and approach 30% Price Proposal 35% Total 100% Reviewer: Chin Diesel, Inc. American Builders Diamanti Masters Corp. Construction & Airia Austin 1.60 1.10 4.35 Solomon Bankole 2.00 2.35 3.30 Corion DeLaine 1.10 0.25 3.55 Gregory Gay 2.90 0.00 3.70 Carlos Gonzalez 2.65 2.60 4.65 AVERAGE RATING 2.05 1.26 3.91 Aida Austin Rating Score 4 1.00 4 0.40 4 1.20 5 1.75 4.35 Solomon Rating Bankole Score 3 0.75 3 0.30 4 1.20 3 1.05 3.30 FIRM SELECTED Corlon DeLaine Rating Score 4 1.00 3 0.30 4 1.20 3 1.05 3.55 Gregory Gay Rating Score 4 1.00 4 0.40 3 0.90 4 1.40 3.70 Carlos Gonzalez Rating ' Score 5 1.25 5 0.50 5 1.50 4 1.40 4.65 EVALUATION FORM RFP No. 22-®82320® Demolition of Structure at 2495 Ali- alga Avenue By signing this form as an Evaluator, I certify that 1 have no conflict of interest Reviewer Name: Signature: Firms I ame: Evaluation Criterion I 1Experience and Qualifications References Resources and approach Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications References Resources and approach Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications References Resources and approach Price Proposal pziL, Rating 444 Rating 0 Rating Chin Diesel, inc. Notes: Date: 9-4 ID merican Builders M sters Corp. Notes: .Kbis lS3 git0 grO'4 eg Au,a J" fib Wg rz Rem cz g >, Diamanti Construction s. Developll:ent, Inc. Notes: ! � s, r cg Ai,g1..169 ta")cPal A) cg F A , eciPg gd&, gs d&) RP PR. � WOO? OO?�s,e."' ri EVALUATiONI F �NI RFP No, 22-0823200 ©etuoflutoon (41 Structure at 205 QOa-baba Avenue By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Marrs 1 Chun Diesei, inc. Date: ()4l 1 Evaluation Notes: Criterion Experience and Qualifications References Resources and approach `1 Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications References , Resources and approach Price Proposal ""?,..> Firm Name: Evaluation Criterion R Experience and Qualifications References Resources and approach Ai Price Proposal 4 Amerucin f t i Nedra Masters Corp. Notes: ©Uc lmanti C nstruction D vellopment, Notes: , ttc 'arc; ' `p EVALUATION FORM RFP No. 22-0823200 ©e oiition of Structure at 2498 Aii-Rafe Avenue By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Notes: Criterion Experience and Qualifications q References // Resources and approach 4 Price Proposal Firm Name: Evaluation Criterion Experience and Qualifications /f References Resources and approach r I Price Proposal i Firm Name: Evaluation Criterion Experience and Qualifications L i 1 References ` ) Resources and approach Price Proposal , Chin Di sell, Om. Date: American Builders Pvlasters Corp. Notes: Diarrmanti C. ns r°uction DeveI®pment, Inc. Notes: EVALUATION FORllll RFP No, 22-0823200 Demoiitioro of Structure as 2495 Ali -Baba Averrn iie By signing this form as an Evaluator, ! certify that I have no conflict of interest. Reviewer Name: Signature: Form Name: Evaluation Criterion Chin Diesel, Inc. Date: Experience and Qualifications 4 References Resources and approach Price Proposal -02- Finn Name: Evaluation Criterion Experience and Qualifications M 6 References e, Resources and approach Price Proposal 6 Firm Name: Evaluation Criterion Experience and Qualifications References 4 Resources and approach 3 Price Proposal y l) Notes: 1--06LA rote, ve.;—(, P4- Len :i[4- merioan Builders Masters s C rrp. Notes: Al EGGau Ain 62,66E4 l? Ft2Otit-i2r0 11 a • %'l +CU rfir- t't L i f yi? ll�r k e'� f 1% r �� ita l� 2 Duamamtti Construction I, DeveOopmmtent, fine. Notes: L v f Zkit9 i -e-5tc-"Zl2z 44.4.0 4PrAs :n4 i S Oa &t, --L 2-1.11‘1M0 *A2-- EVALUATION FORM Defru1oiition RFP No, 22-08232OO f Straucct ure at 2495 Aiu-Baba Avenue By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Na ,lea Evaluation Criterion Chios Diesel, Inc. Date: 7- 6 Experience and Qualifications 3 References 3 Resources and approach 3 Price Proposal 2, Firm (Name: Evaluation Criterion Experience and Qualifications References 7 Resources and approach . Price Proposal Firm Name: Evaluation Criterion Notes: �p 'z' ,ra a l ,,e7, -.P e•--9 ✓ :'..4/, i�i ,* ----/4;$•g---1-- ` f•e?'J2sitl� f o .e. +sre�r ctr as l��f 'dam c• ✓t fs.? (9‘.29 3/�'„+,_7� o —% d.-1 'e' y-e®,0sa s r 7/2, t�c i y~7 its American (&Anders Masters Corp. Notes: • /4 f 5 • A 4ic✓ /4;4 4" S5 o /___ e,/, -1-M• er tea' �"✓1 0-19a' a{tto.r... s01 e 7 asi d 2 7:7-Z7 0 00. b o /41 4 R ismanti Construction & Devei pme it, inn. Experience and Qualifications 54-4 References 6 -- Resources and approach Price Proposal 4 - Notes: -(-Ce• �'o c a 1p/ t� ° G ,a 7/4 �- • 73p 4' /e<�a•'�dt��3 N RFP NO: 22-0823200 DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) PROPOSAL PRESENTED BY DIAMANTI CONSTRUCTION & DEVELOPMENT, INC 524 N H ST LAKE WORTH BEACH, FL 33460 PH: 561-301-7191 EMAIL: diamanticonstructionfl@grail.corn CONTACT PERSON: MOHAMMED S ISLAM TABLE OF CONTENTS Section: 1. Letter of Transmittal 2. General Information 3. Project Approach 4. Experience and Qualifications 5. Schedule 6. Pricing of Services 7. References 8. Additional Forms 9. Exhibit -A 111 1 r 1 1 1 1 1 1 Section 1: Letter of Transmittal Diamanti Construction & Development, Inc and our subcontractors understand the scope of the work outlined in the section 1.3 of the Part I of RFP. We are committed to comply with all the Federal, State, County and City regulations before, during and after the demolition. We recognize the environmental governing regulations before starting demolition. Diamanti Construction & Development, Inc designate Mr. Mohammed S Islam (Qualifier) as the authorized person to represent the proposer. Mohammed S Islam is the General Contractor and Qualifier for the Diamanti Construction & Development, Inc. His office is located at 524 N H ST, Lake Worth Beach, FL 33460 and Direct Contact # 561-301-7191 Section 2: General Information Diamanti Construction & Development, Inc 524 N H ST, Lake Worth Beach, FL 33460 Ph#561-301-7191 Business Hours: 8am-5pm Licensed Florida Corporation Incorporated in Pam Beach County on 04/14/2016 Administrative work will be conducted out of the 524 N H St, proposer will also engage from a mobile project office at 2485 Ali -baba Ave Diamanti Construction & Development, Inc is the parent company It is licensed, and certified to do business in the State of Florida State License and State Registration is attached Section 3: Project Approach 1. Proposer will engage certified, license exterminators to treat building and control rodent and vermin before and during demolition activity. 2. Proposer will respect adjacent properties to conduct demolition activity, remove debris with minimum interference. 3. Proposer will take any necessary steps with the owner's permission to close any roads, sidewalks, and arrange alternative means of access. 4. Install Safety barrier to prevent any damage to adjacent property or people. 5. Will erect temporary fence with windscreen and ground cover to control dust. 6. Proposer will protect any landscape, appurtenances, and existing site improvements as per the contract document and owner's request. 7. Proposer will erect necessary shoring before demolition and maintain during demolition as necessary. Section 4: Experience and Qualifications Experience: Diamanti Construction & Development, Inc and its subcontractors have extensive experience in demolition activity involving commercial buildings, government buildings, gas stations, residential buildings to name a few. We (Diamanti construction and subcontractors) have several decades of combined experience involving mold mediation, asbestos abatement, underground and above ground tank removals, disposal of environmentally hazardous materials conforming all Federal, State and City regulations. Qualifications: 1. Diamanti Construction & Development, Inc CGC1524241 2. Palm Beach Mechanical CAC1815615 / CBC1261691 / EC13009426 / M RSR3305 3. Petro Solutions CBC 1257332 - PCC 1256882 4. Nader Goubran, Architect AIA -- NCARB Section 5: Schedule 2495 LI-BABA AVE. DEMOLITION No. Start End Task 1 9/1/2022 9/8/2022 Mobilization 2 9/9/2022 9/16/2022 Fence/ Screen/Drain Protection 3 9/9/2022 9/16/2022 Temp Elec/Plumb 4 9/1/2022 9/16/2022 Mold/Asbestos 5 9/1g12022 10/31/2021 Demolition 6 11/1/2022 11/11/2022 Tank Removal 7 11/14/2022 11/30/2022 Ground Clearing 8 11/30/2022 11/30/2022 Final Completion Estimated project completion time: 90 days from start Section 6: Pricing of Services No 1 2 3 4 5 6 7 . Services Mobilization/Fence/Screen Elec/HVAC/Plumbing Demolition -Disposal & Labor Tank Removal/Disposal ___ Mold Mediation 25000 Asbestos Abatement 40000 Lead Paint Removal 20000 Price 35000 45000 105000 25000 Total 295000 Price inclusive of before and after test results Section 7: References 1. City of Opa-Locka Installation new HDPE gravity sewer for Bahman Ave, Historic City Hall roofing maintenance to stop the massive leaks. Renovation 1st floor for new permit department location. Contact Person: Carlos Gonzalez, CIP-Project Manager Ph# 305-206-0279; Email: cgonzalez@opalockafl.gov 2. Woolbright Petroleum dba JSG 3000 Copans LLC Demolition of exterior accessory attached structures, total interior demolition to the concrete walls for a service station approx. 2000 SF built in 1952. Contact Person: Jack Gien, Owner Ph# 561-212-9520; Email: jsgpetroleum@gmail.com 3. Metropolitan Pharmacy Interior demolition of a 2500 SF commercial retail space to build new walk- in clinic and retail pharmacy. Contact Person: Mazin Alamin, Pharmacist (Owner) Ph# 484-683-5500; Email: mfkelamin@gmail.com Section 8: Additional Forms 1. Proposer Qualifications 2. Price Proposal Form 3. Certification Regarding Debarment and Suspension 4. Drug Free Workplace Certification 5. Non -Collusion Affidavit 6. Non -Discrimination Affidavit 7. E -verify Form RFP NO. 22-0823200 PROPOSER QUALIFICATIONS DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Diamanti Construction & Development, Inc Address: 524 N 1-1 St City, State, Zip: Lake Worth Beach, EL 33460 Phone/Fax: 561-301-7191 2. Check One: Corporation (eNa Partnership () Individual 9 ) 3. If Corporation, state: Date of incorporation: 04/14/2016 State in which Incorporated: Florida 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: Mohammed S Islam President 04/14/2016 Tazmin Islam Director 01/01/2021 6. The length of time in business: 6 years 7. The length of time (continuous) in business as a service organization in Florida: 6 years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict the most stringent requirement shall apply. 23 RFP NO: 22-0823200 PRICE PROPOSAL FORM D ' OLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) Firms must use the Cost Proposal below to submit your Firm's cost for this project indicated in the Scope of Service herein. The City reserves the right to increase, decrease, and/or choose the items and quantities below for the Project to meet its available budget using the hourly rates provided below. Proposing firm must completely fill out each row below. Your firm must provide a detailed fee schedule that explains the cost and services for each description of task. LUMP SUM PRICE: $1' '. OnC3 SUBMITTED THIS 23 DAY OF Aug ust BID SUBMITTED BY: Diamanti Construction & Development, Inc Company Mohammed S Islam Name of,Person Bid Signature President uthorized to Submit Title 2022. 561-301-7191 Telephone Number Fax Number diamanticonstructionfl aegmail.com Email Address 24 BID BOND (Percentage) Bond No. 66375052 KNOW ALL PERSONS BY THESE PRESENTS, That we Diamanti Construction & Development Inc of 524 N. H Street, Lake Worth Beach, FL 33460 WESTERN SURETY COMPANY , hereinafter referred to as the Principal, and as Surety, are held and firmly bound unto City of Opa-Locka Ten Percent of the Amount Bid , hereinafter referred to as the Obligee, in the amount of ( 10% ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for DEIC=CN OF STMCMRE .AT 2495 ALI BABA AVENUE NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 30th day of August 2022 . Principal Diamantj uction & Development Inc BY: BY: Form F4595-8-2001 Surety WESTERN SURETY COMPANY Checree /Bryant , Attorney -in -Fact Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No. 66375052 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Fails, South Dakota (the "Company"), does by these presents make, constitute and appoint Checree Bryant its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: Diamanti Construction & Development Inc Obligee: City of Opa—Locka Amount: $1,000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in- fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." If Bond No. 66375052 is not issued on or before midnight of November 28th, 2022 ,all authority conferred in this Power of Attorney shall expire and terminate. In Witness Whereof, Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its corporate,sgal to be affixed this 30th day of August 2022 } SS On ffiiStasssssatrzn day of August , in the year 2022 before me, a notary public, personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of saicorporation. +eeb oo.000 444444.000v, a44ea4 + s M. BENT p s r�� NOTARY PUBLIC s a u=�7 SOUTH DAKOTA s s +da44S44444444g44ai4Aa400s44 + My Commission Expires March 2, 2026 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this August , 2022 WES 'E$/N SUR Y COMPANY m. Paul T/Bruflat, Vice President Notary Public - South Dakota 30th day of WES7r'E$/N SURFiY COMPANY Paul T$ruflat, Vice President To validate bond authenticity, go to www.cflasurety,com > Owner/Obligee Services > Validate Bond Form F5306-11-2020 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 25 y E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON HORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES F Signature THE ABOVE REQUIREMENTS. Printed Name Mohammed S Islam 26 1 CITY OF OPA-LOCKA RFP NO. 22-0823200 DRUG{ FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by Mohammed S Islam President (Title/Position) (Name) of Diamanti Construction & Developemnt, Inc (Company) who does hereby certify that said Co meets the requirements of Sectio through (6) above. 08/22)2022 the a‘s implemented a drug -free workplace program, which 7, Florida Statutes, which are identified in numbers (1) Date 9 �- Signature 27 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE Mohammed S Islam being first duly sworn, deposes and says that: (1) He/She/They is/are the President (Owner, Partner, Officer, Representative or Agent) of Diamanti Construction & Developemnt, Inc the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Si ied, ealed and delivered in the presence of: By: Witn# ivt"`ym EA.\ 9- Signa Wi nC'ess�=32i r! 4 e�nfSflra --' 'A t Mohammed S Islam Print Name and Title 28 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. Sworn and subscribed before this day of 1ty{uN• , 202) No C,hely (Printed Name) My commission expires: iluswy}- 34 k1.0��, By: M6 l',0 ivl r) 1 -IC {(.1 Title: President CHEl.O JEAN BAPTSTE Notary Public • State of Florida Commission N HH 296843 My Comm. Expires Aug 3, 2026 29 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Station of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Station. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Station of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 30 fFY E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Station of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcompanies/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Station. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Station of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Dlamanti Constnu Authorized Signature: eyelaRment, Inc Print Name: Mohammed S Islam Title: President Date: 08/22/2022 31 Section 9: Exhibit -A 1. Division of Corporation Status 2. State License Certificate 3. Local Business Tax Receipt 4. Certificate of Liability Insurance 5. Gas Station Interior/Exterior Demo Pictures 6. Warehouse Interior Demo Pictures 7. Residential Building Demo Pictures 8/21/22, 11:48 PM Detail by Entity Name DIVISION OF CORPORATIONS g1 iliT fc , (if Reirlikt w b itv Department of State / Division of Corp rag tions / Search Records / _Search by Er_ggy Name / Detail by Entity Name Florida Profit Corporation DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. Filing Information Document Number P16000033980 FEI/EIN Number 81-2284662 Date Filed 04/14/2016 State FL Status ACTIVE Principal Address 524NHST LAKE WORTH, FL 33460 Changed: 03/25/2019 Mailing Address 524 N H ST LAKE WORTH, FL 33460 Changed: 03/25/2019 Registered Agent Name & Address ISLAM, MOHAMMED S 524 N H ST LAKE WORTH, FL 33460 Address Changed: 03/25/2019 Officer/Director Detail Name & Address Title P ISLAM, MOHAMMED S 524NHST LAKE WORTH, FL 33460 Title Director Islam, Tazmin https://search.sun biz.org/Inquiry/CorporationSea rch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=DIAMANT... 1/2 8/21/22, 11:46 PM Detail by Entity Name 524 N H ST LAKE WORTH BEACH, FL 33460 Annual Reports Report Year 2020 2021 2022 Filed Date 03/26/2020 03/14/2021 02/09/2022 Document Images 02/0912022 — ANNUAL REPORT 03/14/2021 —ANNUAL REPORT 03/26/2020 — ANNUAL REPORT 03/25/2019 — ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format 03102/2018 — ANNUAL REPORT View image in PDF format 04/30/2017 — ANNUAL REPORT 04/14/2016 — Domestic Profit View image in PDF format View image in PDF format Florida Department of State, Division of Corporations 1https://search. su nbiz. org/Inquiry/CorporationSearch/Search ResultDetail?i nq uirytype=EntityN ame&d i recti o nType=1 niiial&search NameO rder—D IAMANT... 2/2 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGUL ATION Melanie S;Griffin, Secretary . THE GENERAL C PROVIS IENSI NG BOARD ED UNDER THE TUTES EXPIRATION DATE: AUGUST 31, 2024 Always verify. licenses online at MyFloridaLicense.com Donot alter this document in any form. This is your license. It is unlawful for anyone o ther than the licensee to use this d ocument. ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Serving Palm Beach County Serving you. TYPE OF BUSINESS 23-0051 GENERAL CONTRACTOR P.O. Box 3353, West Palm Beach, FL 33402-3353 www.pbctax.com Tel: (561) 355-2264 OWNER ISLAM MOHAMMED SAIFUL "'LOCATED AT" 524 North H ST Unit 2 LAKE WORTH, FL 33460 CERTIFICATION # RECEIPT#/DATE PAID AMT PAID BILL C001524241 822.618152 -07/29/22 $27.50 B40152091 :This. document is valid only when receipted by the Tax Collector's Office. DIAMANTI CONSTRUCTION AND DEVELOPMENT INC DIAMANTI CONSTRUCTION AND DEVELOPMENT INC 524NHSTUNIT2 N LAKE WORTH FL 33460-2944 Il'Illilhlr'Ili"Iilhilrllilulnllhll'1IIIII'IIIPIIIIIIIIIii ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Serving Palm Beath County Serving you. TYPE OF BUSINESS 23-0102 CW GENERAL CONTRACTOR Ibis document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2022/2023 LOCAL BUSINESS TAX RECEIPT LBTR Number: 2016092136 EXPIRES: SEPTEMBER 30, 2023 This receipt grants the privilege of engaging in or managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. P.O. Box 3353, West Palm Beach, FL 33402-3353 www.pbctax.com Tel: (561) 355-2264 OWNER ISLAM MOHAMMED SAIFUL **LOCATED AT" 524 North H ST Unit 2 LAKE WORTH, FL 33460 CERTIFICATION # RECEIPT#/DATE PAID AMT PAID BILL # CGC1524241 B22.615153 - 07/29/22 5369.60 1340152090 DIAMANTI CONSTRUCTION AND DEVELOPMENT INC DIAMANTI CONSTRUCTION AND DEVELOPMENT INC 524NHSTUNIT2 it LAKE WORTH FL 33460-2944 111.119`"Ilhlilirllh"rlilt'IIII'lrii'i111111IIIiidirilllllrl STATE OF FLORIDA PALM BEACH COUNTY 2022/2023 LOCAL BUSINESS TAX RECEIPT LBTR Number: 2016092137 EXPIRES: SEPTEMBER 30, 2023 This receipt grants the privilege of engaging in or managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. A W CERTIFICATE OF LIABILITY INSURANCE IY DATE(MMIDDYYY) 05/24/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Surety One, Inc. 1775 Sawgrass Cir Greenacres, FL 33413 Phone (561) 577-9573 Fax (561) 300-2338 CONTACT NAME: PHONE MX No. Est): ( 561 577-9573 (Am, Na (561) 300-2338 } ADDRESS: suretyonelns@gmail.com INSURER(S)AFFORDING COVERAGE NAIC # INSURER A: Essex INSURED DIAMANTI CONSTRUCTION & DEVELOPMENT, INC 3832 PARKSIDE CIRCLE Palm Springs R. 33461 INSURER a : N/A INSURER C: N/A INSURER D : NIA INSURER E : N/A INSURER F : N/A CERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTFi INSURANCE U TYPE OF INSR ADDLISUBR INSR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MMIDD/YYYY1 LIMITS A 5 COMMERCIAL GENERAL LIABILITY 3M568804 05/20/2022 05/20/2023 EACH OCCURRENCE $ 1,000,000.00 DAMAGE PREMISES SES (Ea occurrence) $ 100,000.00 • CLAIMS -MADE 0 OCCUR II MED EXP (Any one person) $ 5,000.00 ❑ PERSONAL & ADV INJURY $ 1,000,000.00 GEN'LAGGREGATELIMIT APPLIES PER: 0 POLICY • PRD-T • LOC JEC GENERAL AGGREGATE $ 2,000,000.00 $ 1,000,000.00 PRODUCTS - COMP/OP AGG • OTHER Deductible $ 0.00 - .B AUTOMOBILE LIABILITY N/A COMBINED SINGLE LIMIT (Ea accident) $ 0.00 BODILY INJURY (Per person) $ 0.00 • ANY AUTO BODILY INJURY (Per accident) $ 0.00 ALL OW 1 AUNED SCHEDULED 1 AUTOS TOS PROPERTY DAMAGE (Per accident) $ 0,00 wo NON -OWNED • HIRED AUTOS MI AUTOS $ 0.00 II III C ■ UMBRELLA LIAB • OCCUR N/A EACH OCCURRENCE $ 0.00 • EXCESS LIAR • CLAIMS -MADE AGGREGATE $ 0.00 El DEO ❑ RETENTION $ $ 0.00 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETORIPARTNERIEXECUTIV (Mandatoryin N ER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A NIA • STATUTE ❑ EH- 0.00 E.L EACH ACCIDENT $ 0,00 E.L DISEASE- EA EMPLOYE $ 0.00 E.L.DISEPSE- POLICYLIMIT $ 0.00 E N/A 0 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD101, Additional Remarks Schedule, if more space Is required) General Contractor. Blanket additional insured included. CERTIFICATE HOLDER CA City of Opa-locka 780 Fishermen Street, 4th Floor Opa-locka, FL 33054 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Surety One, Inc. ACORD 25 (2014101) QF ©1988 2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD GAS STATION INTERIOR AND EXTERIOR DEMOLITION PICTURES GAS STATION INTERIOR AND EXTERIOR DEMOLITION PICTURES GAS STATION INTERIOR AND EXTERIOR DEMOLITION PICTURES GAS STATION INTERIOR AND EXTERIOR DEMOLITION PICTURES WAREHOUSE INTERIOR DEMOLITION RESPONSE TO INVITATION TO BID Demolition ,r1 f Structure at 2495 Ali -baba k ve (Former Police Station) Demolition Services REP No: 22.0823200 Prepared For: CITY OF OPA LOCKA FL City of Opa-Locka Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-Locka, FL 33054 Due August 30, 2022 C 1 :00pm August 29, 2022 CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Attn: Joanna Flores RE: REP No: 22-0823200 Demolition of Structure at 2495 Ali -Baba Ave To Whom It May Concern: In accordance with the Invitation for Bid: REP No: 22-0823200, CHIN DIESEL, INC. (CDI) is pleased submit our letter of interest and subsequent qualifications pursuant to City of Opa-Locka department request. CHIN DIESEL, INC. is a professional construction services firm, specializing in demolition that was established in 2001 that is dedicated to providing high quality professional service in a timely manner at competitive rates. We maintain a superior reputation in terms of Dependability, Quality and Professionalism and have been acknowledged as an up and coming demolition contractor in South Florida. If given the opportunity, we will work diligently to earn. the City's trust and respect by delivering consistently professional and timely completion of the City's projects. CDI has the immediate staffing ability to provide all of the requested demolition services for this project and has been providing similar services to other municipalities for the past 5 years. Chin Diesel, Inc is a certified CBE/SBE/CSBE and DBE minority small business enterprise. We are fully licensed and insured to provide services in the tri-county area. Chin Diesel, Inc maintains relationships with many construction and professional service firms to provide total customer care and job completion. Thanks to our excellent client base we have been steadily growing, expanding our operations, now having varied specialty equipment and more being built to accommodate south Florida's geology, these machines are self contained, easily transported and require minimal set up, adding to our advantage over other companies. We have carefully reviewed the submittal requirements and Chin Diesel, Inc. can meet or exceed all of the minimum bidder requirements and qualifications necessary to perform the outlined scope of services. 1 1820 NE 144th Street, North Miami, Florida 33181 Phone: (786) 229-3336 Fax: (305) 949-1328 E -Mail: Leon@chindiesel.com ( fix. •il IDArps CITY OF OPA-LOCKA REP No: 220823200 Chin Diesel, Inc. has adequate resources and industry connections to provide prompt, timely, consistent service at reasonable and highly competitive prices. We maintain active affiliations with the disposal industries as well as with material testing laboratories to ensure a quality product that complies with project specifications. Chin Diesel, Inc. (CDI) is committed to providing provide prompt reliable services to the City of Opa- Locka. Our entire team is dedicated to learning the most efficient and innovation demolition techniques. We are earning an excellent reputation throughout South Florida's municipal governments for providing cost effective and highly responsive services. Our clients speak highly of the level of professionalism and knowledge our staff exhibits. We are confident that we will meet the needs of City of Opa-Locka and do not anticipate any constraints in providing a high level of services to the City and meeting the assigned time constraints for this project. We will accommodate the City's schedules and specific requirements and have established many long-standing relationships with many diversified clients who come back repeatedly to Chin Diesel, Inc. for the top quality demolition services that they have come to rely on. CDI currently maintains all required insurance limits as outlined in the insurance checklist as provided in the ITB and maintains all required occupational and specialty licenses for our business. Thank you for the opportunity to submit this bid package. Should you require further information or have any questions, please do not hesitate to contact Leon Chin -You, directly at (786) 229-3336 or via email: Leon!tt Chindiesel.com Yours tr.uly. 1 Leon C. Chin -You President 2 1820 NE 144th Street, North Miami, Florida 33181 Phone: (786) 229-3336 Fax: (305) 949-1328 lE-Maul: Leon@;chindiesel.com City of Opa-locka RFP NO: 22-0823200 REQUEST FOR PROPOSAL (RFP) DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) RFP NO. 22-0823200 PROPOSER QUALIFICATIONS DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Chin Diesel Inc. Address: 1820 NE 144th Street City, State, Zip: North Miami Phone/Fax: 786-229-3336 / 305-949-1328 2. Check One: Corporation (4j Partnership () Individual () 3. If Corporation, state: Date of Incorporation: 2-13-2001 State in which Incorporated: Florida 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: Leon Chin -You President 2-13-2001 6. The length of time in business: 21 years 7. The length of time (continuous) in business as a service organization in Florida: 21 years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict the most stringent requirement shall apply. 23 RFP NO: 22-0823200 PRICE PROPOSAL FORM OLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) Firms must use the Cost Proposal below to submit your Firm's cost for this project indicated in the Scope of Service herein. The City reserves the right to increase, decrease, and/or choose the items and quantities below for the Project to meet its available budget using the hourly rates provided below. Proposing firm must completely fill out each row below. Your firm must provide a detailed fee schedule that explains the cost and services for each description of task. LUMP SUM PRICE: $120.717.45 SUBMITTED THIS 26 DAY OF August 2022. BID SUBMITTED BY: Chin Diesel Inc. 786-229-3336 Company Leon Chin -You Name of Person Authorized -tic -Sub Bid Signature President Title 24 Telephone Number 305-949-1328 Fax Number Ieon@chindiesel.com Email Address CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Linder Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 25 E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AU' HO COMPLIES FULLY W Signature SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM E REQUIREMENTS. Printed Name Leon Chin -You 26 CITY OF OPA-LOCKA RFP NO. 22-0823200 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by Leon Chin -You the (Name) President of Chin Diesel Inc. (Title/Position) (Company) who does hereby certify that said Com meets the requirements of Section through (6) above. 8/26/2022 Date fipl Tented a drug -free workplace program, which or':a Statutes, which are identified in numbers (1) Signature 27 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the Leon Chin -You (Owner, Partner, Officer, Representative or Agent) of Chin Diesel Inc. the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and de ' ered in/the presence of: Michael A Major Jr. /? � % ., � Witness Jenny Wingerter Witness J �d Leon Chin -You President Print Name and Title 28 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, phy at) oL. mental disability, political affiliation or any other factor which cannot be lawfully use - a'basis for service delivery. Sworn and subscribed before this 26 %t y-61- Augusts , 20 22 / '/_ Notary Public, State of,l:lorida Michael A Major Jr. (Printed Name) My commission expires: 3/13/2025 By: Leon Chin -You Title: President Michael A. Major, Jr. NOTARY PUBLIC • STATE Of FLORIDA COMMISSION # HH97645 My Commission Expires March 13, 2025 29 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Station of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Station. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Station of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ,. contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 30 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Station of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcompanies/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Station. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Station of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Chin Diesel Inc. /n ,� ) /)lFt / 1 Authorized Signature: i Print Name: Leon Chin -You Title: President Date: 8/26/2022 31 oat • t 1 itl, PROFES ION aL MATERIALS TRANSPORT REFERENCES JEFF JONES, USS2 INTERAMA STOREROOM MIAMI-DADE WATER & SEWER DEPARTMENT 2575 NE 151 Street North Miami Beach FL 33160 786-268-5915 Jefrev.Jones riimiamidade.aov Scope of Services: Aggregate sales and delivery (Contract Sum $12.000.00) Project Address: 3800 NW 181 th Street, Miami Gardens Eileen Ramos, Airport Purchasing Specialist Miami -Dade Aviation Department P. 0. Box 025504 Miami, Florida 33102-5504 Voice: 305.869.44921 Fax: 305.876.0323 eiramos(a?imiami-airport.com www.miami-airport.com Scope of Services: Aggregate sales and delivery (Contract Sum $22,000.00) Juan J. Calienes Jr, "JJ" — Utility Supply Specialist 2 Stores & Procurement Miami -Dade Water & Sewer 8950 SW 232 St Miami, FL 33190 Juan.CalienesJr@miamidade.gov Phone: (786) 268-5675 Fax: (305) 258-9758 'N'Vr'V 1niar'i1:]Jde gov Water Scope of Services: Aggregate sales and delivery (Contract Sum $160,000.00) 1820 NE 144th Street,1North Miami Fl 33181 Phone: (786) 229-3336 Fax: (305) 949-1328 E -Mail: Detroitdsl@aol.com PHDFE989 ::.LINAL MA I E-HIAL`; TRANSPORT Donald Cris Fardelmatm Building Official/Chief Structural Inspector 5399 N. Dixie Hwy. Oakland Park, 33334 donaldf lr oaklandparkfl.Llov 954.63' . e ,e L liiaz, Chief of Unsafe Structures City of Miami Unsafe Section 444 SW 2nd Avenue 4th Floor Miami, Florida 33130 Telephone: 305-416-1107 Cell phone: 786-251-7181 rediaz;a)miamii��ov.com ,, Abidemi Ajayi, P.E., PiVIP, LEER AP Assistant Town Engineer Town of Davie 6591 Orange Drive Davie FL 33314 AAiayiAdavie-fLgov 954-797-1096 1820 NE 144th Street,2North Miami Fl 33181 Phone: (786) 229-3336 Fax: (305) 949-1328 E -Mail: Detroitdsl@aol.com 11111 PROFESSIONAL MATERIALS TRANSPORT FLOR IDA Staci Montefusco, LEED® GA, Project Manager III Broward County Aviation Department Ft. Lauderdale -Hollywood International Airport Physical Address: 4101 Ravenswood Road, Suite #219, Fort Lauderdale, FL 33312 Mailing Address: 2200 SW 45 Street, Dania. Beach, FL 33312 office: 954-359-6149; Fax: 954-791-1514 Cell: 954-336-2876 1820 NE 144th Street,3North Miami Fl 33181 Phone: (786) 229-3336 Fax: (305) 949-1328 E -Mail: Detroitdsl@aol.com 2022 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P01000016055 Entity Name: CHIN DIESEL, INC. Current Principal Place of Business: 9861 NW 3RD ST. PEMBROKE PINES, FL 33024 Current Mailing Address: 1820 NE 144TH ST NORTH MIAMI, FL 33181 FEI Number: 65-1077166 Name and Address of Current Registered Agent: CHIN -YOU, LEON C 9861 NW 3RD STREET PEMBROKE PINES, FL 33024 US FILED Jan 05, 2022 Secretary of State 3720198483CC Certificate of Status Desired: Yes The above named entity submits this statement for the purfise f c' ngig its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of RegisteredAgentl Officer/Director Detail : Title Name Address City -State -Zip: P,D CHIN -YOU, LEON C 9861 NW 3 ST. PEMBROKE PINES FL 33024 Date I hereby certify that the Information Indicated on this report or supplemental report /s true and accurate and thet my electronic signature shall have the same legal effect as If made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered, SIGNATURE: LEON CHIN -YOU PRESIDENT Electronic Signature of Signing Officer/Director Detail Date 01/05/2022 LAAS Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6605621 BUSINESS NAME/LOCATION CHIN DIESEL INC 1820 NE 144TH ST NORTH MIAMI, FL 33181-1420 OWNER CHIN DIESEL INC CIO LEON CHIN -YOU, PRES 75.00 07/11/2022 Employee(s) 1 INT-22-353963 T Is Lacsa Basiaeu Tax Receipt may cadbms payment of tie fecal Baaimus Tax. The Receipt is set a lie:::. permit w a csrtlicatiea oldie holdds gwli6Cattans. to Os business. Raider must simply with soy pvornrr, :r; _I or ammtoveromestal regulatory laws sad rotahsmewa which apply to tie brat The RECUPT Nil. above must ha displayed on all sammerdai vehicles- Miami -Dade Cada Sec '. Far wrva tatsoaatiaa, vlell r l ►fsdeargrlta1ccotte&mr RECEIPT NO. RENEWAL 6876305 LBT EXPIRES SEPTEMBER 30, 2023 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL -DO NOT PAY 6878939 BUSINESS NAME/LOCATION CHIN DIESEL INC 1820 NE 144TH ST NORTH MIAMI, FL 33181-1420 OWNER CHIN DIESEL INC Worker(s) COJITY 2 RECEIPT NO. RENEWAL 7154081 PAYMENT RECEIVED BY TAX COLLECTOR ILBT1 EXPIRES SEPTEMBER 30, 2023 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS 196 SPECIALTY BUILDING CONTRACTOR 11BS00435 PAYMENT RECEIVED BY TAX COLLECTOR 45.00 07/11/2022 INT-22-353963 This Local Business Tex Receipt Daly tesdrom HYmrmt of the Lecal Ragusa Tax. The Receipt is eat a Rama, permit or a serttPcmtioa of era heldafs yo aliicatian, to de business. Holder merit camel will any governmental or nougoveromental ragatatnry laws and requirements which apply to Nee baaiaass. The RECEIPT NO. above must he displayed on all commercial vehicles- Miami Dada Cede tee la -27& For more Information. visit wwwltiamidedegmutaxeatlector Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOTABIII-DO NOT PAY 6605621 UBINESS NANAE/LOCAT➢ON CHIN DIESEL INC 1820 NE 144TH ST NORTH MIAMI, FL 33181-1420 OWNER CHIN DIESEL INC C/O LEON CHIN -YOU, PRES Employee(s) 1 RECEIPT NO. RENEWAL 7616368 EXPIRES SEPTEMBER 30, 2023 Must be displayed of place of business Pursuant to County Code Chopter 8A- Art. 9 & 10 SEC. TV PE OF BUSINESS 220 TANGIBLE PERSONAL PROP DLR PAYMENT RECEIVED BY TAX COLLECTOR 75.00 07/11/2022 INT-22-353863 This Local ®usimass Tom plc oIpe,aaty a rir> poyr. acs ei Ike I.egl 13a imoss Tau The Receipt Is eat o Neem o, permit ea e certi5cetiou de I:aldoeo goo➢"rF.e.^1iess, to do bG3&;aay. Bettor most empty with eNir pmrors:zroatoi or raosrgovoraawentsl repadatory laws Deal regsriremerrts waich ripply to t➢a buskreso. Tba RECEIPT NO, above swabs displayed Gil all ee. °Earo o➢ vubic➢es- iulisml-Ueda Coto Soo 3e -29S. EscinDE ' For EON Irtloretetioa, vises vvvvw, 3 a11t1nrlo. nr collocter 008410 Rikmicipal Contractor's Receip' Miami —Dade County, State of Florida -THIS IS NOTA BILL -DO NOT PAY 6878939 BUSINESS NAME/LOCATION CHIN DIESEL INC 1820 NE 144TH ST NORTH MIAMI FL 33181 OWNER CHIN DIESEL INC Category(s) 1 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, todobusiness. Holder must comply with any governmental or nangoverumental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-278. RECEIPT NO. NEW 7618653 EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business Pursuant to County Code Chapter 8A - Ark 9 & 10 SEC. TYPE OF 8USINESS AYMEHT D ECENED MMC SPECIALTY BUILDING CONTRACTOC�YrixcoElFcmn 1113S00436 $175.00 09/22/2021 INT-21-391076 Former° information, visit www.miamidade.gevltexcolisctor NUNTI-IYMIAMI r L 0 .1 0 City of North Miami 776 N E 1-5 Street • North Miami FL 33161 a 305-893-6511 Business Tax Receipt 1 Issued Date: 1011/2022 Expiration Date: 9/30/2023 Business Tax Receipt. f/: BT -003083 CHIN DIESEL INC 9861 NW 3;3i PEMBROKE PIN S. FL 33024 REMOVAL OF DEBRIS Business Name / Address: CHIN DIESEL INC 1820 NE 144 ST NORTH MIAMI F.L. 33181 Mgt A. ugus in. A, •finance 4irector NOTICE: PLEASE CONTACT THE. BUSINESS TAX. OFFICE AND REPORT ANY CHANGES OR WHEN THE BUSINESS HAS MOVED OR HAS BEEN SOLD. NON -TRANSFERABLE • POST IN A CONSPICUOUS PLACE • NON -TRANSFERABLE 2020 Florida Annual Resale Certificate for Sales T-., This Certificate Expires on December 31, 2020 FLORIDA Business Name and Location Address CHIN DIESEL INC 16030 NE 19TH PL APT 3 NORTH MIAMI BEACH FL 33162-5769 Certificate Number 234011919445-7 DR -13 R. 10/19 By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re -rented for one or more of the following purposes: • Resale as tangible personal property. • Re -rental as commercial real property. • Incorporation as a material, ingredient, or • Re -rental as tangible personal property. • Incorporation into tangible personal property being component part of tangible personal property • Resale of services. repaired. that is being produced for sale by manufacturing, • Re -rental as transient rental property. compounding, or processing. Florida law provides for criminal and civil penalties for fraudulent use of a Florida Annual Resale Certificate. MINA Business Name and Location Address CHIN DIESEL INC 16030 NE 19TH PL APT 3 NORTH MIAMI BEACH FL 33162-5769 Certificate Number 23-8011919445-7 By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented.will be resold or re -rented for one or more of the following purposes: • Resale as tangible personal property. • Re -rental as commercial real property. • Re -rental as tangible personal property. • Incorporation into tangible personal property being • Resale of services. repaired. • Re -rental as transient rental property. • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing. Florida law provides for criminal and civil penalties for fraudulent use of a Florida Annual Resale Certificate. ;.._f -1St 1 ttctf ltl Teat u hfy ng eoard :c N(_ <, CC: -.;T f; fC.A'I (__ OF COMPETENCY 1 .11 WOtt LEON ovrtifted Linder th ,prQ a QUALIFYING TRA'E(S) 0015 DEMOLITION 1 1 1 Jaime D. Gascon, P.E. Secretary of the Board Miami -Dade County retains aA propettY rights herein. Mt� www.miarnl da de.govleconorny 6 4C 23 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 8/15/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER SUNZ Insurance Solutions, LLC ID: (Essential) c/o Essential HR, Inc. dba First Star HR 4455 LBJ Freeway, Suite 1080 Dallas, TX 75244 INSURED Essential HR, Inc., Essential HR II, Inc., Essential HR III, Inc., dba First Star HR 4455 LBJ Freeway Suite 1080 Dallas TX 75244 COVERAGES • CONTACT NAME: Jennifer Hauaer PHONE �� AIL . Ext1 972-404-0295 FAX No): ADDRESS: Jennifer.hauper@firststarhr.com INSURER(S) AFFORDING COVERAGE INSURER A: SUNZ insurance Company INSURER B INSURER C : INSURER D : INSURER E : INSURER F : NAIC 34762 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS • TYPE OF INSURANCE IADDLISUBR INSD WVQ POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYY) jMMIDD/VY LIMITS COMMERCIAL GENERALLIABILnI/ !EACH OCCURRENCE $ CLAIMS -MADE OCCUR OAM:AGE TO RENTED PREMISES (Ea occurrence] $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ P POLICY JET I I LOC PRODUCTS -COMP/OPAGG $ OTHER: $ AUTOMOBILE LIABILITY ANY AUTO I COMBINED SINGLE LIMIT (Ea accidentl $ - OWNED SCHEDULED BODILY INJURY (Per person) $ AUTOS ONLY HIRED AUTOS NON -OWNED BODILY INJURY (Per accident) $ AUTOS ONLY i AUTOS ONLY PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIA@ I OCCUR EACH OCCURRENCE $ EXCESS LIAB f 1 CLAIMS -MADE AGGREGATE $ iWORKERSCOMPENSATION DED 1 RETENTIONS $ A AND EMPLOYERS' LIABILITY Y / N WCO25-00001-021 10/1/2021 10/1/2022 ✓ I- STATUTE _ ERH OFFICER/MEMBER ECLUDED?ANYPROPRIETOFUPARTNER/EXECUTIVE 1 1 N/A E.L. EACH ACCIDENT $ 1,000.000 (Mandatory In NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $9,000.000 DESCRIPTION OF OPERATIONS below I E.L. DISEASE - POLICY LIMIT $ 1.000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Coverage provided for all leased employees but not subcontractors of: Chin Diesel Inc Effective date: 10/1/2013 CFDrICIr•erc Llril nro _ _ _. ___ _ 60000005 City of North Miami Beach 17050 NE 19th Ave North Miami Beach FL 33126 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Rick Leonard © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 69709749 1 Essential RR PEO 025 MASTER CERT I Marcus Jackson 1 8/15/2022 1:16:15 PM (EDT) I Page I. of 1 ACCORD® CERTIFICATE OF LIABILITY INSURANCE L..-..- DATE(MM/DD/YYYY) 08/15/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poiicy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Iron Ridge Insurance 17595 S Tamiami Trail #107 Fort Myers FL 33908 CONTACTON Karen Brinkley PHONE (800) 775.8526 FAX (239) 288.7544 (A/C, No, Extl: (AIC, No): EMAIL kbrinkley@ironridgeus.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Scottsdale Insurance Company 41297 INSURED Chin Diesel, Inc. 1820 NE 144th St North Miami FL 33181 INSURER B : Certain Underwriters at Lloyds of London INSURER C : INSURER D : INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER: CL2281508474 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IaTilt LTR TYPE OF INSURANCE AUUL INSD SUERWVD WVD POLICY NUMBER —POLICY t Fm {MMIDDIYY (MMNDmY Y) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGE fORENIED PREMISES {Eu occur.encaI 10 00 $ 0,0 MED EXP (Any one person) $ 5,000 A CPS7617487 07/13/2022 07/13/2023 PERSONAL BADVINJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 _ POLICY X1 JEPRO- LOC PRODUCTS - COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT IEe accident) $ ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS ONLY NON -OWNED AUTOS ONLY PROPERTY DAMAGE IPereccident) $ $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 A EXCESS MB CLAIMS -MADE CXS0007913 07/13/2022 07/13/2023 AGGREGATE $ 1,000,000 DED 1 RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY PER I STATUTE OTH- ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y 1N NIA E.L. EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ B Pollution Liability ECOC725517 05/02/2022 07/13/2023 Each Occurrence Aggregate $1,000,000 $1,000,000 DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, mey be attached If more space N required} CERTIFICATE HOLDER City of North Miami Beach 17050 NE 19th Ave North Miami Beach FL 33126 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACCDPRD' CHINDIE-01 CERTIFICATE OF LIABILITY INSURANCE SE06JSOTO DATE (MMIDD/YYYY) 8/15/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LL, .. , # L077730 AssuredPartners of Florida, LLC 1000 Sawgrass Corporate Parkway, Suite 452 Sunrise, FL 33323 INSURED North Miami, FL 33181 INSURER E : INSURER F : coNracT AAAfCraNo, ma); (888) 830.4396 No):(954) 346-0244 INSURER(S) AFFORDING COVERAGE NAIC 1INSURERA:Clear Blue Insurance Company 128860 INSURER e : INSURER C : Chin Diesel Inc 1820 NE 144th Street INSURER D COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOWHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR LTR TYPE OF INSURANCE INSD ; wvo POLICY NUMBER tMMIUDOYfYYYYl ' IMMIDDmYYYI ' UNITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY L J JET I 1 LOC • � I OTHER: 1 AUTOMOBILE LIABILITY I ANY AUTO OWNED AUTOS ONLY HIRED I x PP $ 0OS,000ONLY 1 UMBRELLA LIAR I EXCESS LIAR X SCHEDULED AUTOSSp EEpp X AUTOSWONNLY i X UM $20,000 DED ;i I RETENTIONS 'WORKERS LOYERS COMPENSATION ANY PROPRIETgROR/PARTNER/EXECUTIVE (Ma datoiy n NH) EXCLUDED? If yes. describe under 1 DESCRIPTION OF OPERATIONS below 1 • 1 OCCUR X AQIYFL002747-00 6/16/2022 EACH OCCURRENCE 5 ADAMAGE R SES. (E;3 occurrence) 5 MED EXP (My oneperson) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE PRODUCTS -COMP/OP AGG $ $ COMBINED SINGLE LIMIT -(Ea �ccllema $ 6/16/2023 BODILY INJURY (Per person) ' 5 BODILY INJURY (Per accident) $ PROPERTY a�ent�AMAGE CLAIMS-':;ADE 1 Y/N II mfA I$ EACH OCCURRENCE $ ;AGGREGATE 5 1,000,000 STATUTE Er - EL. EACH ACCIDENT E.L, DISEASE • EA EMPLOYEE 5 EL. DISEASE - POLICY LIMIT 5 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) CERTIFICATE HOLDER City of North Miami Beach 17050 NE 19 Avenue North Miami Beach, FL 33126 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE as Principal, and Capitol Indemnity Corporation held and firmly bound unto cityofopa-Lodes Obligee, in the sum of Five Percent of the Principals Bid Amount Dollars ( 5% of the Principals Bid Amount ) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. BID BOND Capitol Indemnity Corporation 1600 Aspen Commons, Suite 300, Middleton, WI 53562 KNOWN ALL BY THESE PRESENTS, That we, Chin Diesel, Inc. , as Surety, are , as WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for DEMOLITION OFF STRUCTURE AT 2495 ALI-BABA, AVENUE RENO: 22-0823200 ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 29th day of August By: By: 2022 • Capitol I i1y Corporation Rachel Price , Attorney-ir.=Fac7 Surety Acknowledgment State of New York County of Nassau } } ss: } On this 29th day of August , 2022, before me personally came Rachel Price to me known, who, being by me duly sworn, did depose and say that he/she is an attorney -in -fact of Capitol Indemnity Corporation the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said seal as Attorney -in -Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. My commission expires JOSEPH L ZASO NOTARY PUBLIC, STATE OF NEW YORK Registration No. 012A6012980 Qualified in Nassau County My Commission Expires December 8, 20 John L. Sennett Jr CEO & President CAPITOL INDEMNITY CORPORATION BALANCE SHEET December 31, 2021 Admitted Assets Cash and invested assets; Bonds $ 618,141,054 Common stocks 157,173,176 Cash, cash equivalents and short-term investments 57,267,137 Total cash and invested assets 832,581,367 Investment income due and accrued 3,116,067 Uncollected premiums and agents' baiances in course of collection 48,153,845 Deferred premiums, agents' balances and installments booked but deferred and not yet due 7,477,730 Amounts recoverable from reinsurers 5,024,047 Other amounts receivable under reinsurance contracts 208,405 Net deferred tax asset 15,886,386 Electronic data processing equipment and software 1,575,488 Receivables from parent, subsidiaries and affiliates 4,168,378 Other admitted assets 612.440 Total admitted assets $ 918,804,153 Liabilities and Surplus as Regards Policyholders Liabilities: Losses $ 336,642,620 Reinsurance payable on pald losses and loss adjustment expenses 25,798,000 Loss adjustment expenses 61,286,658 Commissions payable, contingent commissions and other similar charges 442,074 Other expenses (excluding taxes, licenses and fees) 10,687,529 Taxes, licenses and fees (excluding federal and foreign income taxes) 35,705 Current federal and foreign income taxes 257,424 Unearned premiums 148,846,891 Advance premium 5,657 Ceded reinsurance premiums payable (net of ceding commissions) 7,819,842 Amounts withheld or retained by company for account of others 12,618,389 Payable to parent, subsidiaries and affiliates 11,427,656 Other liabilities 890.743 Total liabilities Surplus as regards policyholders: Common capital stock Gross paid In and contributed surplus Unassigned funds (surplus) Surplus as regards policyholders Total liabilities and capital and surplus 616,759,188 4,201,416 103,923,753 193,919,796 302,044,965 $ 918,804,153 I, John L. Sennett Jr., CEO and President of Capitol Indemnity Corporation do hereby certify that to the best of my knowledge and belief, the foregoing is a full and true statutory Statement of Admitted Assets and Liabilities, Capital and Surplus of the Operation at December 31, 2021, prepared in conformity with the accounting practices prescribed by the Insurance Department of the State of Wisconsin. IN WITNESS WHEREOF, I have set my hand and affixed the seal of the Corporation at Middleton, Wisconsin. 0600.04444. 407•••••••..qtti 187,700"4".;\ %s. Ella Ili Ei1 flaskiti CAPITOL INDEMNITY CORPORATION POWER OF ATTORNEY CIC1923856 Bond Number KNOW ALL MEN 13Y THESE PRESENTS, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint JEFFREY W PRICE; MARY ANNA PRICE; RACHEL PRICE its true and lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED; $20,000,000.00 This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May, 2002. "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile; and any such power of attomey or certificate bearing such facsimile sintatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested, this 1st day of January, 2020. Attest: 1 Ryan J. Byrnes Senior Vice President, Chief Financial Officer and Treasurer Suzanne M. Broadbent Assistant Secretary STATE OF WISCONSIN COUNTY OF DANE S.S.: �L,uuuuatwnp,�r as 9Yste• ocootti. . FA SEALLi lotectes0 NMa \ti �`, CAPITOL INDEMNITY CORPORATION John L. Sennott, Jr. Chief Executive Officer and President On the 1st day ofJanuary, 2020 before me personally carne John L. Sennott, Jr., to me known, who being by me duly swom, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is Chief Executive Officer and President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. x�+� STATE OF WISCONSIN COUNTY OF DANE S.S.' 1, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attomey remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. David J. Regele Notary Public, Dane Co., WI My Commission Is Permanent Signed and sealed at the City of Middleton, State of Wisconsin this -29th day of August 20 22 4qifr j!• Andrew B. Diaz-Matos Senior Vice President, General Counsel and Secretary THIS DOCUMENT HAS BEEN GENERATED FOR A AUTHENTICITY OF THIS DOCUMENT CALL 800-475-4450 SPECIFTC--BOND: IF - YOU HAVE ANY QUESTIONS CONCERNING THE CIC-ePOA-M (Rev. 01-2020) DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) RFP#22-O8232O0 ADDENDUM -01 Please see responses to all questions asked to date: • What is the square feet of the building for demolition AREA: 13,560 SF for additional details regarding elevation, dimensions, as-builts and MEP please refer to the Demolition Plans as included in the RFP. • Do you want to remove the asphalt on this project in the RFI', • I read about underground tanks, would you know how big the tanks are and what they are made of The City does not know the material of the tanks clue to the age of the system, but the approximate size is 10'10" (1,000 gallons). • Does bahia sod need to be layered or should the lot be seeded once demolition is done Bahia Grass shall be installed as part of the final restoration after demolition. • There were no attached Demo plans in RFP NO. 22-0823200, do you have any plan sheets for this project? Demolition Plans were included in the RFP. • 2. In section 1.1.10 (K.), "All metal components...must be sent to a local recycler", is there a list of approved local recyclers? What is considered "local"? As of this moment, the City does not have a list of approved local recyclers but you can refer to any Miami Dade County approved recyclers for these types of materials; local is considered Miami Dade County. • 3. In section 1.2 (C.), "Owner reserves the right to salvage any and all material", is the City going to salvage anything from the site prior to the Demolition or has this already been completed? Is there a list of items the City plans on salvaging? The City has a list of items that will be salvaged from the site prior to derrmo'.±L' • 4. In section 1.3 SUBMITTALS (A — 0), do we need to send submittals with the Proposal for Demolition or is this part of the process after the project is awarded? The Demolition Plans have been created and they can be found in RFP, • 5. What backfill material does the City deem acceptable for filling the voids left from foundation/tank/etc. demo & removal? Is the site to be left rough grade or does the City require sod? CO be utilized is flowable fill concrete. Bahia Grass shall be installed as part of the final restoration after demolition. • 6. Is a Temporary Fence necessary and to be included in the total? In the Demolition Plans included as Attachment # you will find the specifications for the nevv chain link fence, and it needs to be included in the total cost as part of the itemized price schedule of your proposal (Please refer to the Demolition Plans included in the RFP. • Does this project require a bid bond and payment performance bond This project requires a bid boncl from all contractors submitting a proposal and a payment and performance bond from the awarded contractor, • Does the city have an estimated budget As part of a proposal, the applicant is to submit their proposed budget for the scope of work. Are there any As -built plans Please refer to the Demolition Plans as included in the RFP, • Are there any MEP As -built Eta Yr r to the Demolition Plans as included in the RFP, • Please confirm working hours Working hours at the site are to be from 8:00 a.m. to 5:00 p.m., Monday to Friday unless otherwise directed by the City or the City's Consultant. • Sod required, if so what type The required sod for this project is Bahia Grass, • Are these Davis -Bacon wages • Are permit fees waived or the responsibility of the contractor d311 ies::'+ Aisi,{ pie. mites al , th of !.i!e c litlact i, • Are there liquidated damages on this project There a ._ d damage; .:or this project, however, a payment performance bond is required from the awarded contractor. • Is there an anticipated start date Tile anticipated start date: is Octo e • 2022, after the Notice to Proceed is issued, DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) RFP#22-08232OO AJ RNDU =O P Due to the number of questions received, the due dace to submit sealed proposals has changed from August 23, 2022 at 2:00 p.m. to August 30, 2022 at 2:00 p.m. RFP NO. 22-0823200 PROPOSER QUALIFICATIONS DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name,/and Address: / ,� Name: 6`t�'/� /d/C v�� is /6Ja/, 7 /// the Address: 9 y` %� -�C& /7? Siff City, State, Zip:/4417/;R.• 0/Phone/Fax: 7,96-- if3 - � gOr`e 2. Check One: Corporation (t."Partnership () Individual () 3. If Corporation, state: Date of Incorporation: // State in which Incorporated: 4. If an out-of-state Corpora ion currently authorized to do business in Florida, give date of such authorization: 9 Ze2// 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: // years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City ofOpa-locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 23 RFP NO: 22-0823200 PRICE PROPOSAL FORM OLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) Firms must use the Cost Proposal below to submit your Firm's cost for this project indicated in the Scope of Service herein. The City reserves the right to increase, decrease, and/or choose the items and quantities below for the Project to meet its available budget using the hourly rates provided below. Proposing firm must completely fill out each row below. Your firm must provide a detailed fee schedule that explains the cost and services for each description of task. LUMP SUM PRICE: $ 226, C)C OD SUBMITTED THIS 30 DAY OF BID SUBMITTED BY: Company Name of Person Authorized to Submit Bid Signature Title /"C07US,%L 2022. ?88- `fly -fed '�f8 Telephone Number 7R6-- Bog - s��d Fax Number f Email Address 24 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 25 E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WIT BOVE REQUIREMENTS, Signature Printed Name ff0%e_ 26 CITY OF OPA-LOCKA RFP NO. 22-0823200 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Floridan Statutes. This Certification is submitted by JE/?/'4' the (Nam), �/Lev� G'i94 of /dine 2icah aci/X /!S 61Cie5 at5,42. (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) thy 6) �Z a Signature 27 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, seal d and delivered in the presence of: Witn Wit.rss By: Signature ,7f rc.e rTGz- Print Name an. Title 28 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locaa. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. Sworn and subscribed before this , _clay of c) 20 2Z Notary P ulic, State of Floridan (Printed Name) My commission expires: ;x01(7,20, Yaima Garcia Comas yt 07908 '9 e �:c,:: COMM.aP� �, x ; 4 1;1 ei.. 28, 2023 �jlf4l, �•��'; Bonded Thin Aaron Notary By: Title: /7/ '' //74- Agi 2.42.3 29 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Station of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Station. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Station of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not lirnited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 30 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Station of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcompanies/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Station. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Station of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: /4W/ h /ev a k4 Ner/'.5 a`l2 Authorized Signature: Print Name: J_ /&/7/-4 Title: / b/ ,47 Date: 31 Document A310TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: (Nance, legal surtax and address) American Builders Masters Corp. 9470 SW 10th Street Miami, FL 33174 OWNER: (None, legal slants and address) City of Opa-Locka 780 Fisherman, 4th floor Opa-Locka, FL 33054 SURETY: (Name, legal status and principal place r(business) Frankenmuth Mutual Insurance Company One Mutual Avenue Frankenmuth, MI 48787-0001 BOND AMOUNT: $ Five Percent of Total Amount Bid (5%) This document has Important legal consequences. Consultation with an attorney Is encouraged with respect to Its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. PROJECT: (Name, location or address and Pro%act number; iifany) RFP No. 22-0823200 - Demolition of Structure at 2495 Ali -Baba Avenue (Former Police Station) The Contractor and Surety are bound to the Owner in the amount set forth above. for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for tho faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof: or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said hid, then this ohligution shall he null and void, otherwise to remain in fill force and effect. The Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time Ibr acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the torn Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond bus been tarnished to comply with a statutory or other legal requirement in the location ofthe Project; any provision in this Bond conflicting with said statutory or legal requirement shall he deemed deleted herefnan and provisions coulimning to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed us a statutory bond and not as u common law bond. Signed and scaled this 30th day of August, 2022 (Witness) American Builders Masters Corp. (Principal) (Seal) (Tide) Frankenmuth Mu ral Insurance_Company a (Seal) vV _ (We) Warren M. Alter, Attorney -in -Fact ; S-0054/AS 8(10 FRANKENMUTH MUTUAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that Frankenmuth Mutual Insurance Company (the "Company"), a corporation duly organized and existing under the laws ofthe State of Michigan, having its principal office at 1 Mutual Avenue, Frankenmuth, Michigan 48787, does hereby nominate, constitute and appoint: Warren M. Alter, Jonathan A. Bursevich, David T. Satine, Dawn Auspitz Their true and lawful attomey(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal, acknowledge and deliver any and all bonds, contracts and undertakings of suretyship, with the exception of Financial Guaranty Insurance, provided, however, that the penal sum of any one such instrument shall not exceed the sum of: Fifty Million and 00/100 Dollars (S50,000,000) This Power of Attorney is granted pursuant to the following Resolution duly adopted at a meeting of the Board of Directors of Frankenmuth Mutual Insurance Company; "RESOLVED, that the President, Senior Vice President or Vice President and each of them under their respective designations, hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer of the Company, qualifying the attomey(s) named in the given power of attorney, to execute on behalf of, and acknowledge as the act and deed of Frankenmuth Mutual Insurance Company on all bonds, contracts and undertakings of suretyship, and to affix the corporate seal thereto," IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 10th day of September, 2018, (Sea_) STATE OF MIeHIGAiti.- .S COt)NTY OF SAGINAwV :) ss: sworn to before me, a Notary Public in the State of Michigan, by Frederick A. Edmond, Jr., to me personally known to be the individual and officer described in, and who executed the preceding instrument, deposed and said the Corporate Seal and his signature as Officer were affixed and subscribed to said instrument by the authority of the Company. Frankenmuth Mutual Insurance Company 2 5 Frederick A. Edmond, Jr., President and Chief Operating Officer IN TESTIMONY WHEREOF, I havesetmy hand, and affixed my Official Seal this loth day of September, 2018. • (�R--eL,eJ (Seal) Dianne L. Voss, Notary Public Saginaw County, State of Michigan My Commission Expires July 23, 2024 • I, the undersigned, Vice President of Frankenmuth Mutual Insurance Company, do hereby certify that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and is in full force and effect as of this date. IN WITNESS WHEREOF, I have set my hand and affixed the Seal of the Company, this 30th day of August , 20 22 a„,1, 96„,L_____ Andrew EI. Knudsen, Vice President ALL CORRESPONDENCE RELATED TO BOND VALIDATION AND/OR A CLAIM SHOULD BE DIRECTED TO THE DIRECTOR OF SURETY, 701 US ROUTE ONE, SUITE I, YARMOUTH, ME 04096 DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION) RFP#22-0823200 ADDENDUM -01 Please see responses to all questions asked to date: ® What is the square feet of the building for demolition AREA: 13,560 SF for additional details regarding elevation, dimensions, as-builts and MEP please refer to the Demolition Plans as included in the RFP. ® Do you want to remove the asphalt on this project Please refer to the Demolition Plan as included in the RFP. ® I read about underground tanks, would you know how big the tanks are and what they are made of The City does not know the material of the tanks due to the age of the system, but the approximate size is 10'10" (1,000 gallons). ® Does bahia sod need to be layered or should the lot be seeded once demolition is done Bahia Grass shall be installed as part of the final restoration after demolition. ® There were no attached Demo plans in RFP NO. 22-0823200, do you have any plan sheets for this project? Demolition Plans were included in the RFP. m 2. In section 1.1.10 (K.), "All metal components...must be sent to a local recycler", is there a list of approved local recyclers? What is considered "local"? As of this moment, the City does not have a list of approved local recyclers but you can refer to any Miami Dade County approved recyclers for these types of materials; Local is considered Miami Dade County. ® 3. In section 1.2 (C.), "Owner reserves the right to salvage any and all material", is the City going to salvage anything from the site prior to the Demolition or has this already been completed? Is there a list of items the City plans on salvaging? The City has a list of items that will be salvaged from the site prior to demolition • 4. In section 1.3 SUBMITTALS (A — 0), do we need to send submittals with the Proposal for Demolition or is this part of the process after the project is awarded? The Demolition Plans have been created and they can be found in RFP. • 5. What backfill material does the City deem acceptable for filling the voids left from foundation/tank/etc. demo & removal? Is the site to be left rough grade or does the City require sod? The material to be utilized is flowable fill concrete. Bahia Grass shall be installed as part of the final restoration after demolition. • 6. Is a Temporary Fence necessary and to be included in the total? In the Demolition Plans included as Attachment # you will find the specifications for the new chain link fence, and it needs to be included in the total cost as part of the itemized price schedule of your proposal (Please refer to the Demolition Plans included in the RFP. • Does this project require a bid bond and payment performance bond This project requires a bid bond from all contractors submitting a proposal and a payment and performance bond from the awarded contractor. • Does the city have an estimated budget The City does not have a defined budget. As part of a proposal, the applicant is to submit their proposed budget for the scope of work. Are there any As -built plans Please refer to the Demolition Plans as included in the RFP. • Are there any MEP As -built Please refer to the Demolition Plans as included in the RFP. • Please confirm working hours Working hours at the site are to be from 8:00 a.m. to 5:00 p.m., Monday to Friday unless otherwise directed by the City or the City's Consultant. • Sod required, if so what type The required sod for this project is Bahia Grass. • Are these Davis -Bacon wages No • Are permit fees waived or the responsibility of the contractor All fees and permits are the responsibility of the contractor. • Are there liquidated damages on this project There are no liquidated damages for this project, however, a payment performance bond is required from the awarded contractor. • Is there an anticipated start date The anticipated start date is October 2022, after the Notice to Proceed is issued. DEMOLITION OF ST FO UCTURE AT 2495 AM IvilER POLICE STATION) RFPit22••08.`2320+0 ADDENDUM -02 A 11 A AVENUE Due to the number of questions received, the due date to submit sealed proposals has changed from August 23, 2022 at 2:00 p.m. to August 30, 2022 at 2:00 p.m. Ro n D eSantis, Governor DEPARTv EN TO Melanie S. Griffin, Secretary SATEOIF FLORDA BUSHE5S AND >ROFESS ON„L REGULATEON C ONSTRUCT _O\ INDUSTWW-.LlC EKSINGQ OAR THE GENERAL C ONTRACT OR HEREIN IS CERTIFIED UNDER THE PROVISI ONS OF CHAPTER 489 _FL ORIDA-STA T UTES B3ENE7EZ J AMERICAN BUILDERS MASTERS CORP . 9470 SW 1 0 ST M IAMI FL 33174 LICENSE NUMBER: CGC15212 8 EXPIRATIO N DATE: AUGUST 31, 2024 Always verify licenses on line at MyFloridaLicense.com Do not alter this document in any form. This is yo ur license. It is unlawful for anyo ne other than the licensee to use this d ocument . 1Florida 4 AGREEMENT FOR DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE THIS IS AN AGREEMENT, dated the day of , 2022, between: THE CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY" and DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. INCORPORATED a Florida Corporation, hereinafter "CONTRACTOR." WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants, andpayments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which thisAgreement is based. 1.1 CITY is in need of a CONTRACTOR to provide the services for a project titled, Demolition of Structure at 2495 Ali -Baba Avenue. 1.2 CITY finds it necessary to seek a professional, full -service Demolition company to demolish the structure located at 2495 Ali -Baba Avenue. 1.3 CITY issued RFP 22-0823200 ("RFP"), seeking a professional company with the knowledge and ability to perform the services sought. 1.3 At its meeting of September 14, 2022, CITY selected CONTRACTOR to perform services needed that will provide professional full services of a Demolition company. 1.4 Contractor's firm will be responsible for demolishing the property site known as 2495 Ali - Baba Avenue, Opa-locka, Florida. CONTRACTOR's project team agrees to demonstrate the necessary experience, skills, and understanding to demolishing the property located at 2495 Ali -Baba Avenue on behalf of the City. 1 ARTICLE 2 SCOPE OF WORK 2.1 CONTRACTOR shall furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in the Request for Proposals RFP 22-0823200, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit "A", Scope of Services. 2.2 CONTRACTOR shall abide by all specifications outlined in RFP 22-0823200. 2.3 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, and that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR as set forth in CONTRACTOR's response to RFP. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with applicable recognized professional standards and relevant Florida Statutes. ARTICLE 3 COMMENCEMENT OF SERVICES 3.1 The CONTRACTOR shall commence work as directed by CITY upon the effective date this Agreement is executed by both parties. ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, for work completed in accordance with this Agreement and RFP 22-0823200. The payment for services pursuant to this Agreement shall not exceed Three Hundred Thousand One Hundred Fifty Dollars ($300,150.00). 4.2 CONTRACTOR shall be solely responsible for and shall provide for the payment of workers compensation insurance coverage and premium, and all other insurance pursuant to Article 5 below, withholding taxes, FICA, pension and profit-sharing contributions, retirement contributions, if any, all remunerations; all labor contract compliance, and all other charges, fees, permits and expenses associated with the employment of such personnel provided by CONTRACTOR hereunder. CITY shall bear no responsibility for any such charge, fees, permits or expenses associated with the employment of such personnel by CONTRACTOR. 4.3 Payment to CONTRACTOR for all tasks and charges under this Agreement shall be based on the following conditions: A. Disbursements. There are no reimbursable expenses associated with this Agreement. 2 B. Payment Schedule. Invoices received from CONTRACTOR pursuant to this Agreement will be reviewed by the appropriate financial staff. If services havebeen rendered in conformity with the Agreement, the invoice will be sent to theCity of Opa-locka's Finance Department for payment and may need to be subsequently approved by the State of Florida. C. Availability of Funds. CITY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation from the CITY. D. Final Invoice. In order for both parties herein to close their books and records,the CONTRACTOR will clearly state "final invoice" on the CONTRACTOR's final bill to the CITY. 4.4 The making and acceptance of the final payment shall constitute a waiver of all claimsby the CITY. It shall also constitute a waiver of all claims by the CONTRACTOR, except those previously made and still unsettled. ARTICLE 5 CONTRACTOR'S LIABILITY INSURANCE 5.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this paragraph and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor to commence work on his sub -contract until all similar such insurance required of the subcontractor has been obtained and approved. 5.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the CITY prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 5.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 5.4 Insurance shall be in force until all work required to be performed under the terms ofthe Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY.In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period ofthe contract and extension thereunder is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 5.5 Comprehensive General Liability insurance to cover bodily injury liability and property damage liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrences. Exposures to be covered are: • Premises and Operation 31Page • Products/Completed Operations • Broad Form Property Damages • Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement. • Personal Injury Coverage with Employee and Contractual Exclusions removed,with minim limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, and must include: • Owned vehicles • Hired and Non -Owned Vehicles • Employers' Non -Ownership. 5.6 The CONTRACTOR shall hold the CITY, the City of Opa-locka their agents, and employees, harmless on account of claims for damages to persons, property or premisesarising out of the operations to complete this Agreement and name the CITY as an additionalinsured under their policy. 5.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. ARTICLE 6 PROTECTION OF PROPERTY 6.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever onaccount of the work being carried on pursuant to this Agreement. ARTICLE 7 CONTRACTOR'S INDEMNIFICATION 7.1 The CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above -mentioned matters. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above - mentioned matters, except in the event that the CITY fails to pay to CONTRACTOR thefees and costs as provided for in Article 4 herein. 7.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees,sustained by the CITY or any third party arising out of, or by reason of, or resulting from the 4 age CONTRACTOR's negligent acts, errors, or omissions. 7.3 If a court of competent jurisdiction holds the CITY liable for certain tortuous acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the CITY may possess. The CITY specifically reserves all rights as against any and all claims that may be brought. ARTICLE 8 INDEPENDENT CONTRACTOR 8.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for all purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 9 CONTRACT BOND 9.1 The bond requirements for this Agreement shall be as follows: This project requires a bid bond from all contractors submitting a proposal and a payment and performance bond from the awarded contractor. ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONTRACTOR may request changes that would increase, decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreementas described in Article 2 of this Agreement. Such changes or additional services must be in accordance with a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 51 Page 10.2 In no event will the CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION 11.1 This Agreement shall commence upon execution of this Agreement and shall not exceed six months. 11.2 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR in which event the CONTRACTOR shall be paid its compensation for services performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes itto be terminated, he shall indemnify the CITY against any loss pertaining to this terminationup to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CONTRACTOR to CITY. ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: this Agreement; RFP 22-0823200, Exhibit "A", and the Scope of Services attached hereto as Exhibit "B". ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparingsame shall not apply due to the joint contribution of both parties. 13.2 Assignments. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by CONTRACTOR withoutthe prior written consent of CITY. For purposes of this Agreement, any change of ownershipof CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 13.3 Records. CONTRACTOR shall keep books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will 6 be available at all reasonable times for examination and audit by CITY and shall be kept for aperiod of three (3) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. CITY is a public agency subject to Chapter 119, Florida Statutes. To the extentCONTRACTOR is acting on behalf of CITY pursuant to Section 119.0701, Florida Statutes, CONTRACTOR shall: a. Keep and maintain public records that ordinarily and necessarily would be required to be kept and maintained by CITY were CITY performing the services under this agreement; b. Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law; c. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and d. Meet all requirements for retaining public records and transfer to CITY, at no cost,all public records in possession of the CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidentialand exempt. All records stored electronically must be provided to the CITY. 13.4 Ownership of Documents. Reports, surveys, plans, studies and other data provided in connection with this Agreement are and shall remain the property of CITY. 13.5 No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to payany person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwiserecover the full amount of such fee, commission, percentage, gift or consideration. 13.6 Notice. Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail or national delivery service withverified confirmation. If by mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: 7IPage CITY: Copy To: Contractor: Darvin Williams, Interim City Manager City of Opa-locka Municipal Complex 780 Fisherman Street, Fourth Floor Opa- Locka, FL 33054 Burnadette Norris -Weeks, City Attorney Burnadette Norris -Weeks, P.A. 401 North Avenue of the Arts Fort Lauderdale, Florida 33311 Mohammed S. Islam, President 524 N H Street Lake Worth Beach, FL 33460 13.7 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalfof the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 13.8 Exhibits. Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.9 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 13.10 Severability. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those asto which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 13.11 Governing Law. This Agreement shall be governed by the laws of the State of Floridawith venue lying in Miami -Dade County, Florida. 13.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreementshall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 13.13 Attorney's Fees. To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 13.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an Exhibit hereto, as amended herein above represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 8I1'a(4c 13.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construedas a waiver or relinquishment for the future of any such provision, condition, or right, but thesame shall remain in full force and effect. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the dayand year first written above. City of Opa-Locka ATTEST: BY: Joanna Flores City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, City Attorney Darvin Williams Interim City Manager 91Page CONTRACTOR WITNESSES: BY: Mohammed S. Islam President ATTEST: SECRETARY STATE OF FLORIDA ) SS: COUNTY OF MIAMI-DADE) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal ofthe corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at inthe State and County aforesaid on this day of , 2022. NOTARY PUBLIC My Commission Expires: 10 I'd EXHIBIT "A" RFP 22-0823200 ("RFP"), City of Opa-locka RFP NO: 22-0823200 REQUEST FOR PROPOSAL (RFP) DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE CITY OF OPA-LOCKA RFP NO. 22-0823200 DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Part I - Proposal Guidelines 4 Part II - Nature of Services Required 8 Part III - Proposal Requirements 10 Part IV - Evaluation of Proposals 12 Proposer Qualifications 14 Price Proposal 15 Debarment, Suspension Certification 16 Drug -Free Certification 18 Non -Collusion Affidavit 19 Non -Discrimination Affidavit 20 E -Verify Form 21 12 CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 22-0823200 DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE Sealed Proposals for Demolition of Structure at 2495 Ali -Baba Avenue will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Tuesday, August 23, 2022 by 2:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP FOR DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE OLD POLICE STATION. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award a contract to that proposer whose proposal best complies with the RFP NO: 22-0823200 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be held on Tuesday, August 9, 2022 at 11:00 a.m. at 780 Fisherman Street, 4th Floor (Human Resources Conference Room), Opa-locka, FL 33054 and via zoom. To participate via Zoom, please use the call -in information listed below: https://us02web.zoom.us/i/82315570106?pwd=bW45Q1JRb0ZLbEpPc1p4N0VjekVjZz09 Meeting ID: 892 4318 3126 Passcode: 707616 One tap mobile +16465588656„89243183126#,,,,*707616# US (New York) +16469313860„89243183126#,,,,*707616# US Dial by your location +1 646 558 8656 US (New York) +1 646 931 3860 US +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 669 444 9171 US +1 669 900 9128 US (San Jose) +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) Find your local number: https://us02web.zoom.us/u/kpgRZK1t9 City Clerk Joanna Flores, CMC 13 CITY OF OPA-LOCKA RFP NO. 22-0823200 DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE PART I PROPOSAL GUIDELINES Introduction: The City of Opa-locka is requesting proposals from qualified professional companies to provide service to demolish the structure at 2495 Ali -Baba Avenue, Opa-locka, FL 33054. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00 pm on Tuesday, August 23, 2022. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 22-0823200 - DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE (FORMER POLICE STATION). This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a 14 straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re -advertise for other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP, and must identify the 15 data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFP or the service, study or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 16 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be affected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 17 PART II MINIMUM SPECIFICATIONS GENERAL REQUIREMENTS: SCOPE OF SERVICES 1. FACILITY DEMOLITION 1.1 EXISTING CONDITIONS 1.1.1 The project is located at 2495 Ali -Baba Ave, Opa-locka, Florida, 33054. The site comprises one parcel of land of approximately 48,998 Sq. Ft. The folio number of this parcel is 08-2122-002-0460. The vacant building was constructed of a concrete block, mortar, and stucco with a built-up roof field. The date of construction is unknown. The Interior finishes consisting of lay -in ceiling tile, drywall ceiling, drywall walls, interior concrete block and mortar, ceramic floor tiles, ceramic wall tiles, and vinyl floor tile. 1.1.2 The Contractor shall be held to have visited the site and to have familiarized themselves with the existing conditions of the adjoining community, roads, and structures adjacent to the site. 1.1.3 The Contractor shall investigate the conditions of public thoroughfares and roads as to availability, clearances, loads, limits, restrictions, and other limitations affecting transportation to, and ingress and egress of the site. 1.1.4 The Contractor shall conform to all City, State, and Federal regulations regarding the transportation of materials to and from and at the job site and shall secure in advance such permits as may be required. 1.1.5 The Contractor shall be familiar with applicable federal, state, and local requirements for performing this work, including all specific requirements, as they relate to storage, transportation, and permitted work hours. 1.1.6 Working hours at the site are to be from 8:00 am to 5:00 pm, unless otherwise directed by the Owner or the Owner's Consultant. 1.1.7 The building and facility components at the site to be demolished are vacated and their use has been discontinued. The owner assumes no responsibility for the actual condition of the building to be demolished. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner as far as practical. 1.1.8 Two 1000 gallons fuel underground storage tanks (UST) are present —10-25 from the property line. These USTs must be disconnected and properly abandoned as part of the demolition work. The historical plans indicate that two (2) UST are 6-8 ft deep. These tanks are to be located and uncovered located by the Contractor and verified by the Owner's Consultant such that measurements can be taken and then properly abandoned during the facility demolition. For purpose of this bid package, the Contractor must prepare a unit cost for abandonment presuming a UST depth of 15 ft. 1.1.9 Two above -ground tanks are present in the facility one diesel, and one gas, these tanks must be disconnected and properly abandoned as part of the demolition work. 1.1.10 A Ground Penetrating Radar (GPR) survey has been performed at the facility that identified buried piping, utilities, tanks, and underground structures. The removal and proper disposal and/or salvage or recycling of these materials is part of the scope of work. Excavations conducted for the removal of such materials must be properly backfilled and graded level as described in subsequent section of this contract document. K. An Environmental Hazard Assessment has been completed and it will be provided by the City 18 (Exhibit A) identifying the following elements: • Lead -Based Paint (LBP) Quantifiable concentrations of lead were identified in sample of the following paint: Sample #s Description Location Substrate Lead Results (ppm) L4 Brown Paint Northeast Interior Walls Concrete Block and Mortar 240 L11 Brown Paint South and Southeast Exterior Building Metal Handrail 780 L12 Green Paint Northwest Generator Room Metal Generator 120 All metal components present at the facility that have LBP must be sent to a local recycler. • Asbestos: Survey activities included visual observations of the interior, exterior and roofing materials to identify homogeneous areas of suspect ACM. A homogeneous area (HA) consists of building materials that appear similar throughout in terms of color and texture with consideration given to the date of application. Exterior assessment was conducted in visually accessible areas of the building. • Surface Mold Sampling: activities included surface swap samples of suspect visible fungal growth. Surface swab samples of suspect fungal/biological growth were collected from representative surfaces in the designated areas using a moist swab stick, sealed in a plastic container, and labeled for analysis. The results of the analyses are presented in the following table. Swab Lift Analytical Results Sample # Location Results (counts per area analyzed) S1 Lobby Area — Drywall and joint compound Hyphal elements— 144,515 count/cm2 Stachybotrys— 1,637,842 count/cm2 Evidence of fungal growth S2 South Restroom Hallway — white 2x4 worm ceiling tile Hyphal elements — 385,375 count/cm2 Stachybotrys — 3,211,455 count/cm2 Evidence of fungal growth S3 Detainee office — white 2x4 large worm hole ceiling tile Penicillium/Aspergillus Hyphal elements— 192,687 count/cm2 Group — 1042372 count/cm2 Stachybotrys — 2,344,362 count/cm Evidence of fungal growth 1.2 MATERIALS OWNERSHIP A. Except for items of materials indicated to be reused, salvaged, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractors property and shall be removed from the site with further disposition at the Contractor's option. B. Salvaged Materials: Items of salvageable value to the Contractor, after approval by the Owner is given, may be removed from the structure, and become the property of the Contractor as work progresses. Transport salvaged items from the site as they are removed. C. The Owner reserves the right to salvage any and all material as he deems useful prior to the scheduled demolition. The Contractor shall notify the Owner of their intent to start demolition (In writing) with sufficient time so as to allow salvage operations by the Owner to take place without disrupting the Construction Schedule. D. Storage or sale of removed items will not be permitted on site. 1.3 SUBMITTALS a. General: Submit each item in this Article according to the Conditions of the Contract. b. Proposed dust control measures. c. Proposed noise control measures. d. Proposed Health and Safety Plan 19 e. Schedule of demolition activities indicating the following: f. Proposed methods and operations of demolition. g. Detailed sequence of demolition and removal work, with starting and ending dates for each activity. h. Permits and Notices authorizing building demolition. i. Permit for transport and disposal of debris. j. Other applicable permits as required by Miami -Dade County and the State of Florida. k. Inventory of items to be removed and salvaged/recycled. 1. Inventory of items to be removed by Owner. m. Photographs or videotapes, sufficiently detailed of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by demolition operations. n. Identify and accurately locate capped utilities, and other subsurface structural, electrical, or mechanical conditions. o. Landfill records for record purposes indicating receipt and acceptance of hazardous wastes by a landfill facility licenses to accept hazardous wastes. 1.4 QUALITY ASSURANCE A. Demolition Firm Qualifications: Firm Engage shall have successfully completed demolition Work similar to that indicated for this project. Contractors must submit to the owner as part of the pre - bid: list of references, similar project experience over the past 10 years and licensure verification. B. Regulatory Requirements: Comply with governing EPA notification regulations before starting demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Scheduling: Arrange demolition schedule with the Owner so as not to interfere with Owner's on -site operations if such activity should occur. PART 2 - EXECUTION 2.1 EXAMINATION a. Verify that utilities have been disconnected and capped. b. Survey existing conditions and correlate with requirements indicated to determine the extent of demolition required. c. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. d. Survey the condition of the building to determine whether removing any element might result in a structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during demolition. 2.2 PREPARATION A. Employ certified, licensed exterminators to treat building and control rodents and vermin before and during demolition operations. B. Conduct demolition operations and remove debris to ensure minimum interference with roads, streets, walks and other adjacent occupied and used site facilities. C. Do not close or obstruct streets, walks, or other adjacent or used facilities without permission from the Owner and authorities having jurisdiction. Provide alternate routes around closed of obstructed traffic ways if required by governing bodies. D. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities. Ensure safe passage of people around demolition area. E. Erect temporary protection, such as walks, fences with screening, railings, canopies and covers passageways, where required by authorities having jurisdiction. F. Protect existing site improvements, appurtenances, and landscaping to remain. 20 G. Provide and maintain interior and exterior shoring, bracing or structural support to preserve stability and prevent movement, settlement, or collapse of buildings to be demolished and adjacent buildings to remain. H. Strengthen or add new supports when required during progress of demolition. 2.3 EXPLOSIVES A. Explosives: Use of explosives is not permitted. 2.4 POLLUTION CONTROLS A. Use water mist, temporary enclosures, and other suitable methods to limit the spread of dust and dirt. Comply with governmental environmental protection regulations. B. Do not create hazardous or objectionable conditions, such as flooding and pollution when using water. C. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. D. Remove debris from elevated portions of the building by chute, hoist or other devices that will convey debris to grade level. E. Clean adjacent buildings and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to the condition existing before the start of demolition. F. Silt screen to be placed around the perimeter of each parcel on the inside of the chain -link fence. 2.5 DEMOLITION A. Building Demolition: Demolish all above and below grade structures, including buildings, foundations, railings, and piping. Use methods required to complete demolition within limitations and as follows: B. Prior to demolition, the Contractor shall remove and properly dispose of lighting fixtures as PCB -containing equipment. Fluorescent tubes shall be removed and recycled. C. Dispose of demolished items and materials promptly. On -site storage of sale of removed items is prohibited. D. Demolish concrete, steel, and masonry in small sections. E. Remove structural framing members and lower to ground by a method suitable to avoid free fall and prevent ground impact or dust generation. F. Break up and remove concrete slabs on grade unless otherwise shown to remain. G. Below -Grade Demolition: 1. Demolish foundation walls and other below -grade construction, as follows: 2. Completely remove below -grade construction, including foundation walls and footings. 3. Remove pile caps and footings where present. 4. Breakup and remove below -grade concrete slabs. 5. Remove all abandoned utility lines under the buildings and within the parcel boundaries. H. Facility Demolition Method: The Contractor will use conventional techniques for demolition. Discuss proposed methods at the Pre -demolition Meeting, to be scheduled by the Owner, and indicate schedule requirements based on the method(s) selected. I. Post -Demolition and removal of demolition debris, the site must be graded to a level working grade to be determined by the Owner. J. Damages: Promptly repair damages to adjacent facilities caused by demolition operations. K. The underground water supply line, which passes under Ali Baba Avenue and connects the east and west parcels will remain in place and must be plugged and capped at the boundaries of each parcel - this work must be coordinated with City of Opa-Locka Public Works Station. 21 2.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. Rubbish and debris to be removed from the site at least weekly. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and dispose of them legally. D. Recycling: The contractor is encouraged to pursue the reuse of demolition debris, such as crushed or broken concrete and metal. However, in accordance with EPA regulations, The Contractor must segregate ACM from concrete that is planned to be recycled. SECTION - RELATED DOCUMENTS AND SECTIONS A. "Environmental Hazard Assessment", dated January 7, 2022, prepared by Terracon. B. "Pre -Demolition Opa Locka Police Station", dated January 2022, prepared by BEA Architects. C. GPR Underground Utilities Survey, dated June 2022, prepared by Terracon. D. Demolition Package. SECTION- REMOVAL OF PCB BALLASTS AND MERCURY -CONTAINING LIGHT BULBS PART 1- GENERAL 1.1 SCOPE OF WORK A. This Section of the specifications describes the minimum Work procedures and requirements to provide properly trained personnel and sufficient facilities to properly remove, load, transport, unload and dispose of PCB dielectric oil -filled ballasts and mercury -containing light bulbs. PCB dielectric oil -filled ballasts are defined as those ballasts which contain greater than 50 ppm of PCB fluid. Mercury -containing light bulbs are defined as those which contain greater than 0.009 mg/L of mercury. B. The Contractor shall be responsible, in the event of a PCB or mercury problem or spill, for the immediate notification of the Owner and Owner's Consultant. The notification will include the following: 1. Name of the company causing the problem. 2. Names of the owners/operators of the company. 3. Date and time of the problem. 4. Location, type, and extent of the problem. 5. Cause of the Problem. 6. Methods used to control the problem. 7. Estimated cost of cleanup. 8. Preventive measures taken to reduce the possibility of further problems. 1.2 MONITORING THE WORK A. Monitor the work for compliance with published rules and regulations such as, but not limited to. OSHA 29 CFR 1910.1200 1.3 QUALIFICATIONS A. The Contractor shall submit to the Owners Representative his qualifications for removal of PCB -contaminated wastes. This submission by the" Contractor shall include the following information: B. All Federal, state, and local permits for handling and transporting PCB materials. Compliance with the requirements as a Commercial Storer, Transporter or Generator of PCB Wastes pursuant to 40 CFR 761. C. Written evidence of an EPA approved method of PCB and mercury disposal or destruction. D. Spill Prevention Control and Countermeasure (SPCC) Plan pursuant to 40 CFR 761.65 (c)(7)(ii) to be implemented by the transporter. E. A written Closure Plan pursuant to 40 CFR 761.65 (e) to be implemented by the Contractor. A written Hazard Communication Program pursuant to 29 CFR 1910.1200 to be implemented by the Contractor. 1.4 DESCRIPTION OF WORK 22 A. Provide in accordance with all Federal -State and Local regulations; all safety equipment, materials, equipment, permits, containers, labels, manifests, transportation, placards, licenses, documents, labor, and supervision required to test, provide certifications of PCB decontamination, restore, drain, remove, load, transport and provide final EPA -approved disposal of all PCB contaminated items such as, but not limited to, ballasts, starter compensators, capacitors, dirt, rags, cleaning equipment and clothing; removal and disposal of all mercury -containing light bulbs; and removal and proper disposal of all light fixtures as indicated on the plans. PART 2 - EXECUTION 2.1 BALLAST REMOVAL AND PACKING A. Remove all ballasts from light fixtures with care. Pack all ballasts in drums with care, so as not to cause ballasts to leak as a direct result of removal and packing of ballasts. Install absorbent material on the bottom of each drum. Segregate all leaking ballasts from non -leaking ballasts, separately package leaking ballasts in double plastic bags, label these bags with yellow "Caution Contains PCBs" stickers, and place these bags in a separate drum with absorbent material labeled as containing leaking ballasts. Supply and install labels on all drums with the following information: 1. Contents of the Drum (number of ballasts). 2. DOT description. 3. Name address and telephone number of the Generator. 4. Name address and telephone number of the Contractor. 5. Emergency telephone numbers. 6. Date when each drum was filled. B. Ensure that no other material or waste is contained in the drums except for the ballasts from florescent light fixtures and absorbent material removed under this contract. C. Supply DOT -approved 17C drums only. Leaking drums shall not be accepted. All drums filled with ballasts shall be moved to a loading dock immediately accessible to an 8.5 -foot by 48 -foot truck capable of transporting 40,000 pounds of payload weight. D. Alternately Contractor at its option, may use a smaller truck, e.g., an 8.5 -foot by 26 -foot truck capable of transporting 20,000 -pounds of payload weight. If there is no loading dock available, a truck with a lift gate shall be used for the pickup. 2.2 REMOVAL OF MERCURY -CONTAINING LIGHT BULBS A. Install absorbent material at the bottom of the drums which will be used for disposal of the mercury -containing fluorescent bulbs. B. Carefully remove all florescent light bulbs from the light fixture and place them in drums so as not to cause the light bulbs to break. The light bulbs shall be segregated from the PCB -ballasts. 2.3 BALLAST AND MERCURY -CONTAINING LIGHT BULB SHIPMENT LOADING AND TRANSPORTATION A. Supply a Uniform Hazardous Waste Manifest (EPA form 8700-22) signed by the Owner and Contractor's truck driver. B. Provide personnel to lift drum lids for disposal operator and visual inspection of the contents of the drums before transportation from the site. C. Provide an estimate of the weight of all of the filled drums. Inspect all labels on the drums. D. Correct any labels that are not properly labeled. E. Load all drums onto truck. F. The shipment shall be transported in accordance with all DOT, EPA, state, and local regulations to the designated disposal facility. 2.4 BALLAST AND MERCURY -CONTAINING LIGHT BULB SHIPMENT UNLOADING A. Assign each drum a unique drum number. Weigh each drum. B. Owner is invited to witness each weighing. Sign each manifest and shall fax one copy pf the completed Manifest to the Contracting Officer within 5 days of the receipt of the shipment and return hard copies by certified return mail. C. The Contractor shall store all drums in accordance with EPA, State, and local regulations. 2.5 BALLAST DISPOSAL A. The Contractor shall dispose of the PCB ballasts in accordance with the following method: 23 Dismantling the ballast from the lighting fixture, removing the PCB capacitor and asphalt potting material, and disposing of the PCB materials by incineration pursuant to 40 CFR 761.70. 2.6 MERCURY -CONTAINING LIGHT BULB DISPOSAL A. Mercury -Containing light bulbs present at the facility shall be disposed of as a hazardous waste in accordance with CFR 40 Part 260. 2.7 FLUORESCENT LIGHT FIXTURE DISPOSAL A. Contractor shall dispose of all fluorescent light fixtures, less the PCB ballast and light bulbs, as non -contaminated wastes. SECTION - PROJECT CLOSEOUT PART 1— GENERAL 1.1 SUMMARY A. This section specifies administrative and procedural requirements for project closeout, including but not limited to: B. Inspection procedures. C. Project record document submittal. D. Submittal of warranties. E. Final cleaning and grading. 1.2 SUBSTANTIAL COMPLETION A. Substantial Completion is claimed, when the Contractor can demonstrate 100 percent completion of the portion of the work claimed as substantially complete. Include supporting documents for completion as indicated in the Contract Documents and a statement showing as accounting of changes to the Contract Sum. B. If 100 percent completion cannot be shown, including a list of incomplete items, the value of incomplete construction, and reasons the work is not complete. C. Advise the Owner of pending insurance change over requirements. D. Submit specific warranties, workmanship bonds, final certifications, and similar documents. E. Make final changeover of permanent locks and transmit keys to the Owner. Advise Owner of change over in security provisions. F. Inspection Procedures: On receipt of a request for inspection, the Owner and/or his consultant will either inspect the site to verify substantial completion of the demolition work and will inform the Contractor of unfilled requirements, if any. The Owner's Representative will prepare a Letter of Substantial Completion following inspection or inform the Contractor of work that must be completed or corrected before the letter will be issued. G. The Owner's Representative will repeat inspection when requested and assured that the work has been substantially completed. Results of the completed inspection will form the basis of requirements for final acceptance and payment. 1.3 FINAL ACCEPTANCE A. Preliminary Acceptance: Before requesting final inspection for a Letter of Final Acceptance and Final Payment, complete the following: 1. Submit a certified copy of the Owner's Representative's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, and the list has been endorsed and dated by the Owner's Representative. 2. Submit Final Close -Out Documents, which include, but are not limited to, final manifests and landfill receipts, personal air sampling data, copies of the daily log and reports, and copies of the daily sign-in/sign-out sheets. 24 3. Submit an updated liquidated damages settlement statement, if any. 4. Submit an updated final statement, accounting for final additional changes to the Contract, if any. 5. Submit Contractor's Affidavit and Release of all Claims Form as required under General Conditions of the Contract. 6. Submit consent of Surety to Final Payment. 7. Submit the Final Payment Request with releases and supporting documentation not previously submitted and accepted. B. Re -inspection Procedure: The Owner's Representative will re -inspect the Work upon receipt of notice that the Work, including the inspection list from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to the Owner's Representative. C. Upon completion of re -inspection, the Owner's Representative will prepare a Letter of Final Acceptance or advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for Final Acceptance. If necessary, re -inspection will be repeated by the Owner's Consultant. 1.4 RECORD DOCUMENTS SUBMITTALS A. The Contractor upon final disposal of all PCB and mercury -containing waste, shall document in writing the following information and submit such to the Contract Administrator and the Owner's Representative, within twenty (20) days of each incineration/recycle delivery. All final documents must be delivered to Owner's Representative within twenty (20) days of completion of the project. B. Give particular attention to concealed elements that would be difficult to measure and record at a later date. C. Note related Change Order numbers where applicable. D. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the Work. 1.5 FINAL CLEANING AND GRADING A. The Contractor is responsible for leaving the site clean of construction and demolition debris, rubble or any waste generated from the demolition activities including rubbish, litter, and foreign substances, as well as adjacent roadways. B. Removal of Protection: Remove temporary protection and facilities installed for the protection of the Work during construction. C. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. D. Where extra materials of value remaining after completion of associated Work have become the Owner's property, arrange for disposition of these materials as directed. E. The contractor is responsible for grading the site to a level working grade before final acceptance and payment are issued by the Owner. END OF SECTION DEMOLITION CHECKLIST The following list contains contact information, scheduling guidance, and removal procedures for waste items prior to the demolition of the Facility located at 2495 Ali Baba Avenue. The Contractor and/or its' licensed subcontractor(s) will be responsible for the execution of Items 1 through 8. These 25 tasks should be addressed in the contract with the City of Opa-Locka (the Owner), please plan adequately to allow time for said tasks to be planned, scheduled, and completed. Items for disposal are categorized as non -hazardous for removal purposes; for disposal purposes, these items may be categorized as hazardous waste. Personnel removing and handling items are not required to have 'hazardous material training per 29 CFR 1910.1200 for the removal of said items. 1. Electric, Water" Sewer - The Contractor shall confirm with the Owner those utilities have been disconnected and abandoned prior to demolition. Proper entities should be notified with ample time for disconnection of services to be completed. 2. Fluorescent & High -Intensity Discharge (HID) Bulbs - The Contractor shall be responsible for the removal of fluorescent and 111D (mercury vapor, metal halide, high-pressure sodium, stadium lights) bulbs prior to demolition. The GC or the CM can contact a recycler for the pick-up of bulbs after removal. 3. Lighting Ballasts and Emergency Lighting Batteries - The Contractor shall ensure that all ballasts and emergency lighting batteries are removed from their fixtures and placed in an accessible protected location in crates prior to demolition. 4. Grease Traps / Septic Tanks - The Contractor and/or their licensed subcontractor shall ensure Grease Traps and Septic Tanks, if encountered are pumped out prior to demolition. Grease Trap lines may be required to be jetted out. 5. Mercury Devices - The Contractor and/or their subcontractor shall ensure that all thermostat mercury devices are removed, placed in a small container, and placed in the same location of the ballast and batteries. Mercury devices must be removed prior to demolition. 6. Salvage - Contact the Owner to arrange the salvaging of any equipment, facility components, mechanical systems, or any other items that the city deems recyclable or salvageable, which would also include and not limited to steel and concrete building systems and facility components. The Contractor must take into account that their intended recyclable or resalable items may be reduced due to salvaging by the city. 7. Notification of Demolition - A NESHAP notification is required by law to be submitted to the local regulatory agency. Notification is required to be submitted 10 Business Days prior to the demolition start date. The county has authority to stop work if regulatory compliance is not met (i.e., wetting Construction and Demolition (C&D) material prior to loading and wetting C&D material to eliminate air emission (dust) during demolition). 8. Other Chemical Products (paints, solvents, lab chemicals, pesticides, herbicides, etc.) All chemicals must be removed prior to demolition. If there are any questions about hazardous materials found on the property, please contact the City. 26 PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1 "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1 - Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 28 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided elevator services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 29 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlines in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non -responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category Points Experience and Qualifications of professional personnel assigned to project 1. Number of years providing demolition services 2. Qualifications and experience of staff 3. Licensing 4. Adherence to requirements, forms and qualifications listed in this RFP 25 References 1. Performance of similar services for governmental clients including at least two references 10 Resources and approach 1. Adequate resources 2. Proposed plan and approach to fulfilling scope 30 Price Proposal 1. Cost of proposed services 35 TOTAL 100 30 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentation evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 31 RFP NO. 22-0823200 PROPOSER QUALIFICATIONS DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual () 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 32 RFP NO: 22-0823200 PRICE PROPOSAL FORM DEMOLITION OF STRUCTURE AT 2495 ALI-BABA AVENUE Firms must use the Cost Proposal below to submit your Firm's cost for this project indicated in the Scope of Service herein. The City reserves the right to increase, decrease, and/or choose the items and quantities below for the Project to meet its available budget using the hourly rates provided below. Proposing firm must completely fill out each row below. Your firm must provide a detailed fee schedule that explains the cost and services for each description of task. SUBMITTED THIS LUMP SUM PRICE: $ BID SUBMITTED BY: DAY OF 2022. Company Telephone Number Name of Person Authorized to Submit Bid Fax Number Signature Email Address Title 33 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non -responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 34 E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 35 CITY OF OPA-LOCKA RFP NO. 22-0823200 DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 36 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 37 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: Sworn and subscribed before this day of , 20 Notary Public, State of Florida (Printed Name) My commission expires: 38 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 39 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcompanies/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 40 EXHIBIT "B" SCOPE OF SERVICES MINIMUM SPECIFICATIONS GENERAL REQUIREMENTS: SCOPE OF SERVICES 1. FACILITY DEMOLITION 1.2 EXISTING CONDITIONS 1.1.11 The project is located at 2495 Ali -Baba Ave, Opa-locka, Florida, 33054. The site comprises one parcel of land of approximately 48,998 Sq. Ft. The folio number of this parcel is 08-2122-002-0460. The vacant building was constructed of a concrete block, mortar, and stucco with a built-up roof field. The date of construction is unknown. The Interior finishes consisting of lay -in ceiling tile, drywall ceiling, drywall walls, interior concrete block and mortar, ceramic floor tiles, ceramic wall tiles, and vinyl floor tile. 1.1.12 The Contractor shall be held to have visited the site and to have familiarized themselves with the existing conditions of the adjoining community, roads, and structures adjacent to the site. 1.1.13 The Contractor shall investigate the conditions of public thoroughfares and roads as to availability, clearances, loads, limits, restrictions, and other limitations affecting transportation to, and ingress and egress of the site. 1.1.14 The Contractor shall conform to all City, State, and Federal regulations regarding the transportation of materials to and from and at the job site and shall secure in advance such permits as may be required. 1.1.15 The Contractor shall be familiar with applicable federal, state, and local requirements for performing this work, including all specific requirements, as they relate to storage, transportation, and permitted work hours. 1.1.16 Working hours at the site are to be from 8:00 am to 5:00 pm, unless otherwise directed by the Owner or the Owner's Consultant. 1.1.17 The building and facility components at the site to be demolished are vacated and their use has been discontinued. The owner assumes no responsibility for the actual condition of the building to be demolished. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner as far as practical. 1.1.18 Two 1000 gallons fuel underground storage tanks (UST) are present —10-25 from the property line. These USTs must be disconnected and properly abandoned as part of the demolition work. The historical plans indicate that two (2) UST are 6-8 ft deep. These tanks are to be located and uncovered located by the Contractor and verified by the Owner's Consultant such that measurements can be taken and then properly abandoned during the facility demolition. For purpose of this bid package, the Contractor must prepare a unit cost for abandonment presuming a UST depth of 15 ft. 1.1.19 Two above -ground tanks are present in the facility one diesel, and one gas, these tanks must be disconnected and properly abandoned as part of the demolition work. 1.1.20 A Ground Penetrating Radar (GPR) survey has been performed at the facility that identified buried piping, utilities, tanks, and underground structures. The removal and proper disposal and/or salvage or recycling of these materials is part of the scope of work. Excavations conducted for the removal of such materials must be properly backfilled and graded level as described in subsequent section of this contract document. K. An Environmental Hazard Assessment has been completed and it will be provided by the City 41 (Exhibit A) identifying the following elements: • Lead -Based Paint (LBP) Quantifiable concentrations of lead were identified in sample of the following paint: Sample #s Description Location Substrate Lead Results (ppm) L4 Brown Paint Northeast Interior Walls Concrete Block and Mortar 240 L11 Brown Paint South and Southeast Exterior Building Metal Handrail 780 L12 Green Paint Northwest Generator Room Metal Generator 120 All metal components present at the facility that have LBP must be sent to a local recycler. • Asbestos: Survey activities included visual observations of the interior, exterior and roofing materials to identify homogeneous areas of suspect ACM. A homogeneous area (HA) consists of building materials that appear similar throughout in terms of color and texture with consideration given to the date of application. Exterior assessment was conducted in visually accessible areas of the building. • Surface Mold Sampling: activities included surface swap samples of suspect visible fungal growth. Surface swab samples of suspect fungal/biological growth were collected from representative surfaces in the designated areas using a moist swab stick, sealed in a plastic container, and labeled for analysis. The results of the analyses are presented in the following table. Swab Lift Analytical Results Sample # Location Results (counts per area analyzed) S1 Lobby Area — Drywall and joint compound Hyphal elements— 144,515 count/cm2 Stachybotrys — 1,637,842 count/cm2 Evidence of fungal growth S2 South Restroom Hallway — white 2x4 worm ceiling tile Hyphal elements — 385,375 count/cm2 Stachybotrys — 3,211,455 count/cm2 Evidence of fungal growth S3 Detainee office — white 2x4 large worm hole ceiling the Hyphal elements — 192,687 count/cm2 Penicillium/4spergillus Group — 1042372 count/cm2 Stachybotrys — 2,344,362 count/cm Evidence of fungal growth 1.2 MATERIALS OWNERSHIP A. Except for items of materials indicated to be reused, salvaged, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractors property and shall be removed from the site with further disposition at the Contractor's option. B. Salvaged Materials: Items of salvageable value to the Contractor, after approval by the Owner is given, may be removed from the structure, and become the property of the Contractor as work progresses. Transport salvaged items from the site as they are removed. C. The Owner reserves the right to salvage any and all material as he deems useful prior to the scheduled demolition. The Contractor shall notify the Owner of their intent to start demolition (In writing) with sufficient time so as to allow salvage operations by the Owner to take place without disrupting the Construction Schedule. D. Storage or sale of removed items will not be permitted on site. 1.3 SUBMITTALS p. General: Submit each item in this Article according to the Conditions of the Contract. q. Proposed dust control measures. r. Proposed noise control measures. s. Proposed Health and Safety Plan 42 t. Schedule of demolition activities indicating the following: u. Proposed methods and operations of demolition. v. Detailed sequence of demolition and removal work, with starting and ending dates for each activity. w. Permits and Notices authorizing building demolition. x. Permit for transport and disposal of debris. y. Other applicable permits as required by Miami -Dade County and the State of Florida. z. Inventory of items to be removed and salvaged/recycled. aa. Inventory of items to be removed by Owner. bb. Photographs or videotapes, sufficiently detailed of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by demolition operations. cc. Identify and accurately locate capped utilities, and other subsurface structural, electrical, or mechanical conditions. dd. Landfill records for record purposes indicating receipt and acceptance of hazardous wastes by a landfill facility licenses to accept hazardous wastes. 1.4 QUALITY ASSURANCE A. Demolition Firm Qualifications: Firm Engage shall have successfully completed demolition Work similar to that indicated for this project. Contractors must submit to the owner as part of the pre - bid: list of references, similar project experience over the past 10 years and licensure verification. B. Regulatory Requirements: Comply with governing EPA notification regulations before starting demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Scheduling: Arrange demolition schedule with the Owner so as not to interfere with Owner's on -site operations if such activity should occur. PART 2 - EXECUTION 2.1 EXAMINATION e. Verify that utilities have been disconnected and capped. f. Survey existing conditions and correlate with requirements indicated to determine the extent of demolition required. g. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. h. Survey the condition of the building to determine whether removing any element might result in a structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during demolition. 2.2 PREPARATION I. Employ certified, licensed exterminators to treat building and control rodents and vermin before and during demolition operations. J. Conduct demolition operations and remove debris to ensure minimum interference with roads, streets, walks and other adjacent occupied and used site facilities. K. Do not close or obstruct streets, walks, or other adjacent or used facilities without permission from the Owner and authorities having jurisdiction. Provide alternate routes around closed of obstructed traffic ways if required by governing bodies. L. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities. Ensure safe passage of people around demolition area. M. Erect temporary protection, such as walks, fences with screening, railings, canopies and covers passageways, where required by authorities having jurisdiction. N. Protect existing site improvements, appurtenances, and landscaping to remain. 43 0. Provide and maintain interior and exterior shoring, bracing or structural support to preserve stability and prevent movement, settlement, or collapse of buildings to be demolished and adjacent buildings to remain. P. Strengthen or add new supports when required during progress of demolition. 2.3 EXPLOSIVES B. Explosives: Use of explosives is not permitted. 2.4 POLLUTION CONTROLS A. Use water mist, temporary enclosures, and other suitable methods to limit the spread of dust and dirt. Comply with governmental environmental protection regulations. B. Do not create hazardous or objectionable conditions, such as flooding and pollution when using water. C. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. D. Remove debris from elevated portions of the building by chute, hoist or other devices that will convey debris to grade level. E. Clean adjacent buildings and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to the condition existing before the start of demolition. F. Silt screen to be placed around the perimeter of each parcel on the inside of the chain -link fence. 2.5 DEMOLITION A. Building Demolition: Demolish all above and below grade structures, including buildings, foundations, railings, and piping. Use methods required to complete demolition within limitations and as follows: B. Prior to demolition, the Contractor shall remove and properly dispose of lighting fixtures as PCB -containing equipment. Fluorescent tubes shall be removed and recycled. C. Dispose of demolished items and materials promptly. On -site storage of sale of removed items is prohibited. D. Demolish concrete, steel, and masonry in small sections. E. Remove structural framing members and lower to ground by a method suitable to avoid free fall and prevent ground impact or dust generation. F. Break up and remove concrete slabs on grade unless otherwise shown to remain. G. Below -Grade Demolition: 1. Demolish foundation walls and other below -grade construction, as follows: 2. Completely remove below -grade construction, including foundation walls and footings. 3. Remove pile caps and footings where present. 4. Breakup and remove below -grade concrete slabs. 5. Remove all abandoned utility lines under the buildings and within the parcel boundaries. H. Facility Demolition Method: The Contractor will use conventional techniques for demolition. Discuss proposed methods at the Pre -demolition Meeting, to be scheduled by the Owner, and indicate schedule requirements based on the method(s) selected. I. Post -Demolition and removal of demolition debris, the site must be graded to a level working grade to be determined by the Owner. J. Damages: Promptly repair damages to adjacent facilities caused by demolition operations. K. The underground water supply line, which passes under Ali -Baba Avenue and connects the east and west parcels will remain in place and must be plugged and capped at the boundaries of each parcel - this work must be coordinated with City of Opa-Locka Public Works Station. 44 2.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. Rubbish and debris to be removed from the site at least weekly. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and dispose of them legally. D. Recycling: The contractor is encouraged to pursue the reuse of demolition debris, such as crushed or broken concrete and metal. However, in accordance with EPA regulations, The Contractor must segregate ACM from concrete that is planned to be recycled. SECTION - RELATED DOCUMENTS AND SECTIONS A. "Environmental Hazard Assessment", dated January 7, 2022, prepared by Terracon. B. "Pre -Demolition Opa Locka Police Station", dated January 2022, prepared by BEA Architects. C. GPR Underground Utilities Survey, dated June 2022, prepared by Terracon. D. Demolition Package. SECTION- REMOVAL OF PCB BALLASTS AND MERCURY -CONTAINING LIGHT BULBS PART 1 - GENERAL 1.1 SCOPE OF WORK A. This Section of the specifications describes the minimum Work procedures and requirements to provide properly trained personnel and sufficient facilities to properly remove, load, transport, unload and dispose of PCB dielectric oil -filled ballasts and mercury -containing light bulbs. PCB dielectric oil -filled ballasts are defined as those ballasts which contain greater than 50 ppm of PCB fluid. Mercury -containing light bulbs are defined as those which contain greater than 0.009 mg/L of mercury. B. The Contractor shall be responsible, in the event of a PCB or mercury problem or spill, for the immediate notification of the Owner and Owner's Consultant. The notification will include the following: 1. Name of the company causing the problem. 2. Names of the owners/operators of the company. 3. Date and time of the problem. 4. Location, type, and extent of the problem. 5. Cause of the Problem. 6. Methods used to control the problem. 7. Estimated cost of cleanup. 8. Preventive measures taken to reduce the possibility of further problems. 1.2 MONITORING THE WORK A. Monitor the work for compliance with published rules and regulations such as, but not limited to. OSHA 29 CFR 1910.1200 1.3 QUALIFICATIONS A. The Contractor shall submit to the Owners Representative his qualifications for removal of PCB -contaminated wastes. This submission by the" Contractor shall include the following information: B. All Federal, state, and local permits for handling and transporting PCB materials. Compliance with the requirements as a Commercial Storer, Transporter or Generator of PCB Wastes pursuant to 40 CFR 761. C. Written evidence of an EPA approved method of PCB and mercury disposal or destruction. D. Spill Prevention Control and Countermeasure (SPCC) Plan pursuant to 40 CFR 761.65 (c)(7)(ii) to be implemented by the transporter. E. A written Closure Plan pursuant to 40 CFR 761.65 (e) to be implemented by the Contractor. A written Hazard Communication Program pursuant to 29 CFR 1910.1200 to be implemented by the Contractor. 1.4 DESCRIPTION OF WORK 45 A. Provide in accordance with all Federal -State and Local regulations; all safety equipment, materials, equipment, permits, containers, labels, manifests, transportation, placards, licenses, documents, labor, and supervision required to test, provide certifications of PCB decontamination, restore, drain, remove, load, transport and provide final EPA -approved disposal of all PCB contaminated items such as, but not limited to, ballasts, starter compensators, capacitors, dirt, rags, cleaning equipment and clothing; removal and disposal of all mercury -containing light bulbs; and removal and proper disposal of all light fixtures as indicated on the plans. PART 2 - EXECUTION 2.1 BALLAST REMOVAL AND PACKING A. Remove all ballasts from light fixtures with care. Pack all ballasts in drums with care, so as not to cause ballasts to leak as a direct result of removal and packing of ballasts. Install absorbent material on the bottom of each drum. Segregate all leaking ballasts from non -leaking ballasts, separately package leaking ballasts in double plastic bags, label these bags with yellow "Caution Contains PCBs" stickers, and place these bags in a separate drum with absorbent material labeled as containing leaking ballasts. Supply and install labels on all drums with the following information: 1. Contents of the Drum (number of ballasts). 2. DOT description. 3. Name address and telephone number of the Generator. 4. Name address and telephone number of the Contractor. 5. Emergency telephone numbers. 6. Date when each drum was filled. B. Ensure that no other material or waste is contained in the drums except for the ballasts from florescent light fixtures and absorbent material removed under this contract. C. Supply DOT -approved 17C drums only. Leaking drums shall not be accepted. All drums filled with ballasts shall be moved to a loading dock immediately accessible to an 8.5 -foot by 48 -foot truck capable of transporting 40,000 pounds of payload weight. D. Alternately Contractor at its option, may use a smaller truck, e.g., an 8.5 -foot by 26 -foot truck capable of transporting 20,000 -pounds of payload weight. If there is no loading dock available, a truck with a lift gate shall be used for the pickup. 2.2 REMOVAL OF MERCURY -CONTAINING LIGHT BULBS A. Install absorbent material at the bottom of the drums which will be used for disposal of the mercury -containing fluorescent bulbs. B. Carefully remove all florescent light bulbs from the light fixture and place them in drums so as not to cause the light bulbs to break. The light bulbs shall be segregated from the PCB -ballasts. 2.3 BALLAST AND MERCURY -CONTAINING LIGHT BULB SHIPMENT LOADING AND TRANSPORTATION A. Supply a Uniform Hazardous Waste Manifest (EPA form 8700-22) signed by the Owner and Contractor's truck driver. B. Provide personnel to lift drum lids for disposal operator and visual inspection of the contents of the drums before transportation from the site. C. Provide an estimate of the weight of all of the filled drums. Inspect all labels on the drums. D. Correct any labels that are not properly labeled. E. Load all drums onto truck. F. The shipment shall be transported in accordance with all DOT, EPA, state, and local regulations to the designated disposal facility. 2.4 BALLAST AND MERCURY -CONTAINING LIGHT BULB SHIPMENT UNLOADING A. Assign each drum a unique drum number. Weigh each drum. B. Owner is invited to witness each weighing. Sign each manifest and shall fax one copy pf the completed Manifest to the Contracting Officer within 5 days of the receipt of the shipment and return hard copies by certified return mail. C. The Contractor shall store all drums in accordance with EPA, State, and local regulations. 2.5 BALLAST DISPOSAL A. The Contractor shall dispose of the PCB ballasts in accordance with the following method: 46 Dismantling the ballast from the lighting fixture, removing the PCB capacitor and asphalt potting material, and disposing of the PCB materials by incineration pursuant to 40 CFR 761.70. 2.6 MERCURY -CONTAINING LIGHT BULB DISPOSAL A. Mercury -Containing light bulbs present at the facility shall be disposed of as a hazardous waste in accordance with CFR 40 Part 260. 2.7 FLUORESCENT LIGHT FIXTURE DISPOSAL A. Contractor shall dispose of all fluorescent light fixtures, less the PCB ballast and light bulbs, as non -contaminated wastes. SECTION - PROJECT CLOSEOUT PART 1 - GENERAL 1.1 SUMMARY A. This section specifies administrative and procedural requirements for project closeout, including but not limited to: B. Inspection procedures. C. Project record document submittal. D. Submittal of warranties. E. Final cleaning and grading. 1.2 SUBSTANTIAL COMPLETION A. Substantial Completion is claimed, when the Contractor can demonstrate 100 percent completion of the portion of the work claimed as substantially complete. Include supporting documents for completion as indicated in the Contract Documents and a statement showing as accounting of changes to the Contract Sum. B. If 100 percent completion cannot be shown, including a list of incomplete items, the value of incomplete construction, and reasons the work is not complete. C. Advise the Owner of pending insurance change over requirements. D. Submit specific warranties, workmanship bonds, final certifications, and similar documents. E. Make final changeover of permanent locks and transmit keys to the Owner. Advise Owner of change over in security provisions. F. Inspection Procedures: On receipt of a request for inspection, the Owner and/or his consultant will either inspect the site to verify substantial completion of the demolition work and will inform the Contractor of unfilled requirements, if any. The Owner's Representative will prepare a Letter of Substantial Completion following inspection or inform the Contractor of work that must be completed or corrected before the letter will be issued. G. The Owner's Representative will repeat inspection when requested and assured that the work has been substantially completed. Results of the completed inspection will form the basis of requirements for final acceptance and payment. 1.3 FINAL ACCEPTANCE A. Preliminary Acceptance: Before requesting final inspection for a Letter of Final Acceptance and Final Payment, complete the following: 1. Submit a certified copy of the Owner's Representative's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, and the list has been endorsed and dated by the Owner's Representative. 2. Submit Final Close -Out Documents, which include, but are not limited to, final manifests and landfill receipts, personal air sampling data, copies of the daily log and reports, and copies of the daily sign-in/sign-out sheets. 47 3. Submit an updated liquidated damages settlement statement, if any. 4. Submit an updated final statement, accounting for final additional changes to the Contract, if any. 5. Submit Contractor's Affidavit and Release of all Claims Form as required under General Conditions of the Contract. 6. Submit consent of Surety to Final Payment. 7. Submit the Final Payment Request with releases and supporting documentation not previously submitted and accepted. B. Re -inspection Procedure: The Owner's Representative will re -inspect the Work upon receipt of notice that the Work, including the inspection list from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to the Owner's Representative. C. Upon completion of re -inspection, the Owner's Representative will prepare a Letter of Final Acceptance or advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for Final Acceptance. If necessary, re -inspection will be repeated by the Owner's Consultant. 1.4 RECORD DOCUMENTS SUBMITTALS A. The Contractor upon final disposal of all PCB and mercury -containing waste, shall document in writing the following information and submit such to the Contract Administrator and the Owner's Representative, within twenty (20) days of each incineration/recycle delivery. All final documents must be delivered to Owner's Representative within twenty (20) days of completion of the project. B. Give particular attention to concealed elements that would be difficult to measure and record at a later date. C. Note related Change Order numbers where applicable. D. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the Work. 1.5 FINAL CLEANING AND GRADING A. The Contractor is responsible for leaving the site clean of construction and demolition debris, rubble or any waste generated from the demolition activities including rubbish, litter, and foreign substances, as well as adjacent roadways. B. Removal of Protection: Remove temporary protection and facilities installed for the protection of the Work during construction. C. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. D. Where extra materials of value remaining after completion of associated Work have become the Owner's property, arrange for disposition of these materials as directed. E. The contractor is responsible for grading the site to a level working grade before final acceptance and payment are issued by the Owner. 48